Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-13-10-10-G2 - 10/10/2013
RESOLUTION NO. R -13-10-10-G2 WHEREAS, the City of Round Rock has duly advertised for bids to purchase certain on-site services in the nature of general building construction trades services (building foundation repairs) to be performed at the City's Business Center, and for related goods and services; and WHEREAS, Partners Remodeling, Restoration and Waterproofing has submitted the lowest responsible bid; and WHEREAS, the City Council wishes to accept the bid of Partners Remodeling, Restoration and Waterproofing, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Business Center Foundation Repairs With Partners Remodeling, Restoration and Waterproofing, a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 10th day of October, 2013. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: SARA L. WHITE, City Clerk 0112.1304; 00283737 EXHIBIT «A„ CITY OF ROUND ROCK AGREEMENT FOR BUSINESS CENTER FOUNDATION REPAIRS WITH PARTNERS REMODELING, RESTORATION AND WATERPROOFING 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 trade services (building foundation repairs) to be performed at the City's Business Center, and for related goods and services (referred to herein as the "Agreement"), is made and entered into on this the day of the month of October, 2013 by and between the CITY OF ROUND ROCK, a Texas home -rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and PARTNERS REMODELING, RESTORATION AND WATERPROOFING, a Texas Corporation whose offices are located at 3219 Harpers Ferry Lane, Austin, Texas 78745 (referred to herein as the "Services Provider"). RECITALS: WHEREAS, City desires to purchase certain on-site services in the nature of general building construction trade services (foundation repairs) to be performed on a City -owned and City -occupied building, and to purchase goods and services related to the foundation repairs, and City desires to procure same from Vendor; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and services, and City has selected the bid submitted by Vendor; 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: 00281998/ss2 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 same. The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation Number 13-054; Specification Number 13-910-05; 910-08; 914-30; 910-52; and 909-61; Addendum No. 1 dated August 9, 2013; and Addendum No. 2 dated August 12, 2013 ("IFB"); (b) Services Provider's Response to IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Services Provider's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, Lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. 2.01 EFFECTIVE DATE, TERM, ALLOWABLE RENEWALS, PRICES FIRM A. This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. B. This Agreement shall terminate upon the successful completion of all services as set forth herein and in Exhibit "A." 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 selected Services Provider to supply the services as outlined in the IFB Solicitation No. 13-054; Specification Number 13-910-05; 910-08; 914-30; 910-52; and 909-61; Addendum No. 1 dated August 9, 2013; Addendum No. 2 dated August 12, 2013; and Response to IFB submitted by Services Provider, all as specified in Exhibit "A." The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Services Provider in its Response to the IFB. The services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 ITEMS AWARDED; AND SCOPE OF WORK Items Awarded. All bid items in Exhibit "A" are awarded to Services Provider. Scope of Work: For purposes of this Agreement, City has issued documents delineating the required services (specifically Solicitation No. 13-054; Specification Number 13-910-05; 910-08; 914-30; 910-52; and 909-61; Addendum No. 1 dated August 9, 2013; and Addendum No. 2 dated August 12, 2013). Services Provider has 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. 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 under the attached exhibits 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 on Exhibit "A," which are specifically relevant to the referenced bid items, shall be the basis of any charges collected by Services Provider. 3 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Services Provider; B. Purchase Order Number; C. Description and quantity of items received or services provided; and D. Delivery or performance dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F. Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and the City. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor'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 4 effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A.. Texas Government Code, Section 2251.025(b); however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Services Provider, a contractor, subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Services Provider and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without liability to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition.. Services Provider may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Services Provider's charges. 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. 5 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Larry Madsen Construction Manager City of Round Rock 221 E. Main Street Round Rock, Texas 78664 (512) 218-5552 15.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re -advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Services Provider shall be declared in default of this Agreement if it does any of the 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. 6 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Services Provider. B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Services Provider. C. Services Provider has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Services Provider, Services Provider shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Services Provider shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION Services Provider shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Services Provider, or Services Provider's agents, employees or subcontractors, in the performance of Services Provider's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or 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. 7 20.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Services Provider: Partners Remodeling, Restoration and Waterproofing 3219 Harpers Ferry Lane Austin, Texas 78745 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. 8 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 airy event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Services Provider represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Services Provider understands and agrees that time is of the essence and that any failure of Services Provider to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Services Provider shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Services Provider's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Services Provider shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of Round Rock, Texas Partners Remodeling, Restoration and Waterproofing By: Printed Name: Title: Date Signed: Attest: By: Sara L. White, City Secretary For City, : p roved as to orm: By: Stepl L. Sheets, City Attorney 10 Date Signed: eid t �/ 2 e 1 3 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 CITY OF ROUND ROCK INVITATION FOR BID BUSINESS CENTER FOUNDATION REPAIRS 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 foundation repairs to the City's Business Center located at 231 East Main Street, Round Rock Texas 78664. 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.govlhomelindex.asp?page=463. 2.1. Any acceptance 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: htta://www.roundrocktexas.clov/homelindex.asp?paqe=463. 4. ATTACHMENTS: Attachments A through B are herein made a part of this solicitation: 4.1. Attachment A: Bid / Price Sheet 4.2. Attachment B: Reference Sheet 4.3. Attachment C: Engineer Specifications —will be available for pickup at 212 Commerce Blvd, Round Rock TX 78664 4.4. Attachment D: Drawings — will be available for pickup at 212 Commerce Blvd. Round Rock TX 78664 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 EXHIBIT "A" 1 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 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. 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 or provision of the services as specified herein. 6.2. Respondent shall have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the City. 6.3. In order to assure the City does not encounter shipping delays, service delays or other unforeseen problems that can occur with foreign vendors, Respondent shall be located within the United States. 7. SUBCONTRACTORS: Subcontractors shall not be used for the services specified herein. 8. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or delete any portion of the response, 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: 8.1. Purchase price; 8.2. Reputation of Respondent and of Respondent's goods and services; 8.3. Quality of the Respondent's goods and services; 8.4. The extent to which the goods and services meet the City's needs; 8.5. Respondent's past performance with the City; 8.6. The total long-term cost to the City to acquire the Respondent's goods or services; 8.7. Any relevant criteria specifically listed in the solicitation. 9. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: 9.1. The start date shall be within ten (10) days of notice to proceed given by the City. The completion date shall be forty five (45) calendar days from the start date. 9.2. If the respondent fails to perform its duties in a reasonable and competent manner, the City shall give written notice the respondent of the deficiencies and the respondent shall have thirty (30) days to correct such deficiencies_ If the respondent fails to correct the deficiencies with the thirty (30) days, the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 9.3. If the agreement is terminated, for any reason, the respondent shall turn over all records, to include but not be limited to the following: records of repairs, services, deliveries, and replacement parts, to the City within fifteen (15) working days after completion of duties contained in the agreement. 10. WARRANTY -PRICE: The agreement price shall be firm for the duration of the agreement or extension periods. No separate line item changes shall be permitted for either response or invoice EXHIBIT "A" 2 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 purposes, which shall include equipment rental, demurrage, fuel surcharges, delivery charges, and cost associated with obtaining permits or any other extraneous charges. 11. 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.gov/home/index.asp?page=463. 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. There 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. 13. NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released JULY 20, 2013 1.2. Pre -Solicitation Meeting and Site Visit (Mandatory) AUGUST 7, 2013 AUGUST 7, 2013 AT 10:00 AM Sharon Prete Plaza (in front of the Business Center) 231 E. Main Street Round Rock, Texas 78664 1.3. Deadline for questions AUGUST 9, 2013 1.4. City responses to all questions or addendums AUGUST 12, 2013 EXHIBIT "A" 3of10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909.61 DATE JULY 2013 1.5. Responses for solicitation due at or before 3:00 PM AUGUST 15, 2013 All questions regarding the solicitation shall be submitted in writing by 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.c ov/homelindex.asp?page=463. Questions shall be submitted to the City contact named herein. The City reserves the right to rnodify these dates. Notice of date change will be posted to the City's website. 2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http://www.roundrocktexas.qov/home/index.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, SITE VISIT AND INSPECTION: A pre -solicitation meeting, site visit and inspection will be conducted to fully acquaint Respondents with the facilities, difficulties and/or restrictions inherent in the services specified. The pre -solicitation meeting will be conducted on: AUGUST 7, 2013 AT 10:00 AM Sharon Prete Plaza (in front of the Business Center) 231 E. Main Street Round Rock, Texas 78664 3.1. The City considers this pre -solicitation meeting 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. It is the responsibility of the Respondent to examine each repair and determine quantity, amounts, take precise measurements, determine material requirements, equipment requirements and other solicitation related details during said inspections. 4. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM, on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 4.1. Responses received after this time and date shall not be considered. 4.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 4.3. Facsimile or electronically transmitted responses are not acceptable. 4.4. Late responses will be returned to Respondent unopened if return address is provided. 4.5. Responses cannot be altered or amended after opening. EXHIBIT "A" 4 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 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 5. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited to the following: 5.1. Provide City contact(s) information for implementation of agreement. 5.2. Identify specific milestones, goals and strategies to meet objectives. PART III SPECIFICATIONS 1. HISTORY: The City of Round Rock's Business Center, herein after "facility", was constructed in 1980 and renovated in 2011. The facility is approximately 16,000 square feet and has two stories. The facility has five (5) access controlled entrances. The northeast portion of the building's foundation has settled approximately three inches over the last twelve month causing sheetrock cracks, floor tile cracking and proper door operation. This project provides repairs to the foundation by use of additional piers poured to support the existing foundation. Location of Project: City of Round Rock Business Center 231 East Main Street Round Rock, Texas 78664 2. SCOPE OF WORK: The project consists of the installation of three piers on the north and three piers on the east side of the building that will underpin the existing foundation where the settlement has occurred. The existing concrete pavers in the sidewalks will be removed in areas where the new concrete piers are installed. Once the foundation pier work is completed the pavers will be reinstalled. All other pavers will be protected during construction to prevent damage. If the handrail along the sidewalk has to be removed, it is to be welded back into place as per existing condition. The foundation work is described in the Datum Engineers' detailed specifications and plans as per Attachments C and D of this solicitation. 2.1. It shall be the Contractor's responsibility to pick up Engineering Specifications and Drawings (Attachments C and D) from: General Services 212 Commerce Boulevard Round Rock, Texas 78664 2.2. All work including testing shall be completed within forty five (45) days after Notice to Proceed is given 2.3. Inspections: Shall be performed as required by the City Building Inspections Department 2.4. Testing: Professional Testing Industries, (PSI) is testing lab and paid for by the City EXHIBIT "A" 5 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910.08; 914-30; 910-52; 909-61 DATE JULY 2013 3. PROJECT MANAGER: This project will be under the direct supervision of the City's authorized and designated representative herein after, "Building Construction Manager". Larry Madsen, Building Construction Manager Phone #: 512-218-5552 4. CONTRACTOR REQUIREMENTS: The Contractor shall: 4.1. Furnish all labor, materials, services, equipment, construction aids, and appliances required in conjunction with design, fabrication and erection of formwork for reinforced, cast -in-place concrete structures as shown on Drawings (SEE ATTACHMENT D). 4.2. 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; 4.3. Assign qualified, capable and trained employees in the installation and repairs of the facility. 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 test protocols, and management of any personnel on site at the facility. 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; 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 Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services. 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. In case of conflict, the most stringent safety requirement shall govern. 5.3. All barricades and other equipment needed for street blockage shall be provided by the City. 6. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, fuel and risk management. 7. WARRANTY: All work performed shall have a warranty beginning on the date of completion of the repair. Contractor shall provide the warranty time frame with bid submission. 8. INSPECTION, ACCEPTANCE TESTING AND EXAMINATION: The Contractor shall perform complete testing and resolve any deficiencies prior to the final acceptance at no additional cost to the City. Test results shall be provided on a written report. 9. 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 include in the bid price. Materials shall be stored under cover and off ground to avoid damage by the elements. EXHIBIT "A" 6 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 10. CLEAN UP: At the completion of the repair, 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. 11. PERMITS: All necessary permits shall be provided by the City. 12. LIQUIDATED DAMAGES: Respondent shall understand and agree that the anticipated time to complete for the scope of work outlined here, is forty five (45) days after Notice to Proceed is given, and is a reasonable time for the completion of said work. If the Contractor neglects, fails or refuses to complete the work within this specified timeframe, without being granted a written extension by the City, and exceeds this timeframe, the Contractor shall pay $ 500.00 per day to the City as liquidated damages until said work is complete. The amount shall be deducted from any balance due to the Contractor. 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 three (3) 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 unless the Respondent provides a return envelope and postage. 1. Attachment A: 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 Solicitation Document may result in disqualification of the response. 1.1. In the event of errors in extension pricing, unit prices shall govern. 2. Attachment B: 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: E-MAIL ADDRESSES ARE REQUIRED. The following items shall be made available upon request by the City prior to award and the approval of any contract: 1. Certifications 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.gov/home/index. aso?page=463. 2. A copy of any applicable Contractor's and other licenses required to perform the type of work described in this specification. EXHIBIT "A" 7of10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910.05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 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" 8 of 10 ROUND ROCK. TEXAS puttrost vAcctp;i f'q(!U3"lint' ATTACHMENT A BID FORM SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910.05; 910-08; 914-30; 910-52; 909.61 DATE JULY 2013 PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 Holl did you hear about this Solicitation? Newspaper 11 City's Website I I E-mail Announcement ESBD Other Is this the first time responding to the City? nYes n No Is your business registered with VENDOR CENTRAL? Yes ,No Register at: rouudrocIttesas.got1Vendor(:'entrai ITEM # DESCRIPTION Solicitation Number: Solicitation Name: Opening Date: Opening Time: CST Opening Location: #13-054 Business Center Foundation Repairs August 15, 2013 On or Before 3:00 PM City of Round Rock City Hall 221 E. Main Street Round Rook, TX 78664 Business Center Foundation Repairs Price: $ Tax ID Number: RESPONDENT INFORMATION SOLICITATION Business Name: Address: _________ —____-.______- . Address: Contact: Telephone: Entity 'Type: E-mail: Website: Holl did you hear about this Solicitation? Newspaper 11 City's Website I I E-mail Announcement ESBD Other Is this the first time responding to the City? nYes n No Is your business registered with VENDOR CENTRAL? Yes ,No Register at: rouudrocIttesas.got1Vendor(:'entrai ITEM # DESCRIPTION 1 Business Center Foundation Repairs Price: $ 2 Warranty Period Proposed (in years): 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 three (3) copies of response. Failure to sign response will disqualify response. Printed Name EXHtifiNnXw Date 9 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910.08; 914-30; 910-52; 909-61 DATE JULY 2013 ATTACHMENT B 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 (required) 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. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number: ( ) 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number: ( ) 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number ( ) Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" 10 of 10 IFB #: 13-054 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. CITY OF ROUND ROCK, TEXAS INVITATION FOR BID BUSINESS CENTER FOUNDATION REPAIRS Addendum No. 1 Date: August 9, 2013 Please note the answers to questions, clarifications, revisions or additions to the solicitation referenced above. 8/7/13 —13-054: Business Center Foundation Repairs Pre -Solicitation Meeting The City performed inspections and core drilling to evaluate the movement of the building. All four (4) entrance stoops will need to be removed and replaced. The building will be underpinned to reduce potential future movement. No sewer or water leaks were found: Exploratory borings were done by PSI. Datum provided the City with a report on their findings. This report may be obtained from Larry Madsen. The foundation on the north side of the building will likely be supported on limestone, and the East side of the building will likely be supported on shale in the areas that the piers will need to be placed. Both areas were examined and the samples came back dry, with no water in the borings. The depth of the pier drilling may vary depending on what is found while drilling. PSI will be on site to assist with the drilling depth determination. All work performed will be exterior work. • 6 drilled piers will be installed o Each pier will have a three (3) foot square pier cap o Interior piers will not be affected • All entrances o Cut out existing slab on grade o Excavate and place eight inch (8") voids, then pour concrete back up to match final finished floor elevation inside the building Questions: 1. 0: Will interior slab also be taken out? A: No, only exterior pier work and entrance work 2. Q: If soil retainer is absent or not sufficient will it need to be installed? A: Yes 3. Q: How deep do piers need to be? A: Estimated depths are twenty eight (28) feet to bearing stratum on the north side and thirty four (34) feet on the east side, with four (4) feet penetration into limestone or eight (8) feet penetration into shale, depending on bearing stratum encountered. EXHIBIT "A" 4. Q: Are there work hour restrictions? A: No 5. Q: Will railing or sidewalks be removed? A: Yes, Any railing or sidewalk that has to be taken out will be the Vendor's responsibility to reinstall it to its original state. 6. Q: Will streets / sidewalks be closed? A: Yes, Streets and sidewalks can be closed to provide room for equipment. 7. Q: Will barricades be provided by Vendor? A: No, the City will provide any barricades needed. 8. Q: Will the City raise the building? A: No, only drilled piers for exterior will be installed to stop the movement. 9. Q: Has the City located any utilities that will need to be noted? A: The City performed the utility search, and the only things present are roof drains in a few areas that tie into the storm drain system. They have been inspected, and no problems were found. 10. Q: What will be the start date of the project? A: The project has an anticipated start date of October 1, 2013. A Notice to Proceed shall be issued to the Successful Respondent ten (10) days prior to the start date. Approved by Deborah Knutson, Purchaser By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" IFB #: 13-054 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. CITY OF ROUND ROCK, TEXAS INVITATION FOR BID BUSINESS CENTER FOUNDATION REPAIRS Addendum No. 2 Date: August 12, 2013 Please note the answers to questions, clarifications, revisions or additions to the solicitation referenced above. Questions: 1. Q: Detail 6 of Engineering Specifications shows a 36" pier but refers to detail 1 which shows a 24" pier. What is the pier size and pier cap size? A: The pier is 24" in diameter per detail 1/S2. The pier cap on top of the pier is 36" square per detail 6/S2. 2. 0: If any trees or plants are to be removed? Who is in charge of tree protection, silt fencing and/or other environmental protection? A: The removal of any trees or plants is not permitted, unless under the direction of the Project Manager. Environmental protection and silt fencing controls shall be performed by the City. 3. Q: Who is the GC/Construction Manager? A: Larry Madsen with the City's General Services Department. Approved by Deborah Knutson, Purchaser By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" ROUND ROCK, TEAS rivTMKr_ MSS= ern WIP.li' ATTACHMENT A BiD FORM SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 PURCHASING DEPARTMENT 221 E. Main Street o Round Rock, Texas 78664-5299 How did you hear about this Solicitation? CNewspaper City's Website tE-mail Announcement Is this the first time responding to the City? If Yes N Is your business registered with VENDOR CENTRAL? ESBD ri Other 7 �Ycs No Register at: Ili undrock tc\.:s.goy/Vend rsr('en�rasl ITEM # DESCRIPTION Tax ID Number: /46(3 5C 61.357=3 1 RESPONDENT IIFORMATION ! Business Name: ‘)Ft-Tfriiti 17-60uo0d.isz() 12'6t(sp+cncx-1.4-0 z 0 d( f -r M V °•3 O ria $ Solicitation Number: #13-054 Solicitation Name: Business Center Foundation Repairs Date: August 15, 2013 Opening Time: On or Before 3:00 PM CST Opening Location: City of Round Rock City Half 221 E. Main Street Round Rock, TX 78664 Address: jZ-Iq t�ttAfte6i--5 i''C�Wd C,.> Address: AU l,J I - --)v ,,u- t Contact: Dt:>,N13Q. c Telephone:'),- STS --3 j S -t) Entity Type: LGC E-mail: part1:6%4-1c(rW0._1c160,4.,oe, Website: 1,7-vco . 6)4.(40.2i; con.)-kecithio0 a L•rik:70. cam How did you hear about this Solicitation? CNewspaper City's Website tE-mail Announcement Is this the first time responding to the City? If Yes N Is your business registered with VENDOR CENTRAL? ESBD ri Other 7 �Ycs No Register at: Ili undrock tc\.:s.goy/Vend rsr('en�rasl ITEM # DESCRIPTION 1 Business Center Foundation Repairs Price: $ (a @ 5-� oo i t 2 Warranty Period Proposed (in years): `.- \-) e CA.f P z C7 O V 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 1. #15 of this solicitation. if applicable, do you agree 10 "piggyback" purchasing from other governmental agencies? ,/ Yes t No Response shall Include one (1) signed original and three (3) copies of response. Failure to sign response will disqualify response. )i1V1 fJ�i Printed Name Authorized Signe I L S' f })lam re Date CXHJBTT "A" IERrizA IFB /#: 13-054 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY: CITY OF ROUND ROCK, TEXAS INVITATION FOR BID BUSINESS CENTER FOUNDATION REPAIRS Addendum No. 2 Date: August 12, 2013 Please note the answers to questions, clarifications, revisions or additions to the solicitation referenced above. Questions: 1. Q: Detail 6 of Engineering Specifications shows a 36" pier but refers to detail 1 which shows a 24" pier. What is the pier size and pier cap size? A: The pier is 24" in diameter per detail 1/S2. The pier cap on top of the pier is 36" square per detail 6/S2. 2. Q: If any trees or plants are to be removed? Who is in charge of tree protection, silt fencing and/or other environmental protection? A: The removal of any trees or plants is not permitted, unless under the direction of the Project Manager. Environmental protection and silt fencing controls shall be performed by the City. 3. Q: Who is the GC/Construction Manager? A: Larry Madsen with the City's General Services Department. Approved by By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED arrITPC-5:115 (leo)," 06z -r) Vendor 6 (z.01>F0..) c, //413 Authorized_ S#g an Pure Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" IFB #: 13-054 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. CITY OF ROUND ROCK, TEXAS INVITATION FOR BID BUSINESS CENTER FOUNDATION REPAIRS Addendum No. 1 Date: August 9, 2013 Please note the answers to questions, clarifications, revisions or additions to the solicitation referenced above. 87/13 — 13-054: Business Center Foundation Repairs Pre -Solicitation Meeting The City performed inspections and core drilling to evaluate the movement of the building. All four (4) entrance stoops will need to be removed and replaced. The building will be underpinned to reduce potential future movement. No sewer or water leaks were found. Exploratory borings were done by PSI. Datum provided the City with a report on their findings. This report may be obtained from Larry Madsen. The foundation on the north side of the building will likely be supported on limestone, and the East side of the building will likely be supported on shale in the areas that the piers will need to be placed. Both areas were examined and the samples came back dry, with no water in the borings. The depth of the pier drilling may vary depending on what is found while drilling. PSI will be on site to assist with the drilling depth determination. All work performed will be exterior work. • 6 drilled piers will be installed o Each pier will have a three (3) foot square pier cap o Interior piers will not be affected O All entrances o Cut out existing slab on grade o Excavate and place eight inch (8") voids, then pour concrete back up to match final finished floor elevation inside the building Questions: 1. Q: Will interior slab also be taken out? A: No, only exterior pier work and entrance work 2. Q: If soil retainer is absent or not sufficient will it need to be installed? A: Yes 3. Q: How deep do piers need to be? A: Estimated depths are twenty eight (28) feet to bearing stratum on the north side and thirty four (34) feet on the east side, with four (4) feet penetration into limestone or eight (8) feet penetration into shale, depending on bearing stratum encountered. EXHIBIT "A" 4. Q: Are there work hour restrictions? A: No 5. Q: Will railing or sidewalks be removed? A: Yes, Any railing or sidewalk that has to be taken out will be the Vendor's responsibility to reinstall it to its original state. 6. Q: Will streets / sidewalks be closed? A: Yes, Streets and sidewalks can be closed to provide room for equipment, 7. Q: Will barricades be provided by Vendor? A: No, the City will provide any barricades needed. 8. Q: Will the City raise the building? A: No, only drilled piers for exterior will be installed to stop the movement. 9. Q: Has the City located any utilities that will need to be noted? A: The City performed the utility search, and the only things present are roof drains in a few areas that tie into the storm drain system, They have been inspected, and no problems were found. 10. Q: What will be the start date of the project? A: The project has an anticipated start date of October 1, 2013. A Notice to Proceed shall be issued to the Successful Respondent ten (10) days prior to the start date. Approved by Deborah Knutson, Purchaser By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED g_047,4 74(7 '- Vendor (n)1t'rta2-'.tet j Authorized gT rrre Date y/is /43 RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" F1, c 1)1 Partners Remodeling, Restoration and Wate iroofing Partners Remodeling, Restoration and Waterproofing August 15, 2013 To whom it may concern: Partners Remodeling Restoration and Waterproofing will be bidding as the General Contractor on this project. We will manage this project and all of its complexity. PRRW has been managing small to medium size projects since 1999 from $10,000-$500,000. All of our projects get completed in a timely manner. PRRW has leveled and lifted several houses when hurricane Ilce hit Galveston so we are very familiar with this type of work. We will provide references on projects that we have managed. Partners Remodeling Restoration and Waterproofing is going to hire Capital Foundations to complete the drilling of the columns to prevent the building from sinking any longer. Capital Foundations has been doing work in the Austin Area for about 25 years and is very knowledgeable in this field. PRRW will provide a reference sheet for the Capital Foundations as well. With Partners Remodeling Restoration and Waterproofing and Capital Foundations working together, we believe that we will be able to provide a service that will be more than satisfactory and exceed the expectations for the City of Round Rock. Thanks, Daniel Besa PRRW Owner 512-825-3950 3219 Harpers Ferry Lane Austin,I P,,lJne: 512-297-7032 Fax: 512-291-5451 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE e(•�rrPJL \(: Cc(� S JULY 2013 ATTACHMENT B RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 13--b 5 RESPONDENT'S NAME: \trkna(s DATE: 4s 115 113 Provide the name, address, telephone number and E-MAIL (required) 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. 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 CF-tss Ve, C2- e---- & ( *On 1{?.) 4c5'Gb 1tJor-r:1LAM nv 1'3I u ri TK (50. ) 3'I ? - Fax Number: ( ) i1Arc..( C7 AtZL%c —CA4 t7 .A Vat., VLI ct.rGt.?c3grr1 pa 71.6 CA -v- LL P 6 s ) (s (L) C - Fax Number: ( `1.--iC ilU1--- 64Ktt/MIC _- e_vv-1.-; 4,,rk k w.e,‘nn Q. grit - to Li CE'IV.c_)e Sb� 4 -zOi Fax Number: FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. EXHWIT"A" SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-00; 91430; 910-52; 909-61 DATE JULY 2013 ATTACHMENT B RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: - t -GSC-( RESPONDENT'S NAME: DATE: b f I51 Provide the name, address, telephone number and E-MAIL (required) 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. 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 (31 p j(Dw,0 C.on oe:S etit 2 ao Fax Number: ( ) 5 t,.„,...•. of P pa rkw'cs t(0I (1p.rx=).0 ga,„-oo rZe. d(44,5 Fax Number. ( ) rte.c (3,7+1,- a7 c -4,•t'1-' Wlye.�w Slp 1 "1 1•.E' l •2 (SP-) -4-4(4 -11 Fax Number. ( ) FAILURE TO PROVIDE TFIE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" 10 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910.08; 914-30; 910-52; 909-61 DATE JULY 2613 CITY OF ROUND ROCK INVITATION FOR BID BUSINESS CENTER FOUNDATION REPAIRS 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 foundation repairs to the City's Business Center located at 231 East Main Street, Round Rock Texas 78664. 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 htto://www.roundrocktexas.aovlhomeiindex.asp?page=463, 2.1. Any acceptance 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:iiwww.rouncirocktexas.gov/homeiindex.asOpaf 3. 4. ATTACHMENTS: Attachments A through B are herein made a part of this solicitation: 4.1. Attachment A: Bid / Price Sheet 4.2. Attachment B: Reference Sheet 4.3. Attachment C: Engineer Specifications — will be available for pickup at 212 Commerce Blvd, Round Rock TX 78664 4.4. Attachment D: Drawings — will be available for pickup at 212 Commerce Blvd, Round Rock TX 78664 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 EXHIBIT "A" 1 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 OATE JULY 2013 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. 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 or provision of the services as specified herein. 6.2. Respondent shall have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the City. 6.3. In order to assure the City does not encounter shipping delays, service delays or other unforeseen problems that can occur with foreign vendors, Respondent shall be located within the United States. 7. SUBCONTRACTORS: Subcontractors shall not be used for the services specified herein. 8. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or delete any portion of the response, 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. Ail solicitations received may be evaluated based on the best value for the City. In determining best value, the City may consider: 8.1. Purchase price; 8.2. Reputation of Respondent and of Respondent's goods and services; 8.3. Quality of the Respondent's goods and services; 8.4. The extent to which the goods and services meet the City's needs; 8.5. Respondent's past performance with the City; 8.6. The total long-term cost to the City to acquire the Respondent's goods or services; 8.7. Any relevant criteria specifically fisted in the solicitation. 9. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: 9.1. The start date shall be within ten (10) days of notice to proceed given by the City. The completion date shall be forty five (45) calendar days from the start date. 9.2. If the respondent fails to perform its duties in a reasonable and competent manner, the City shall give written notice the respondent of the deficiencies and the respondent shall have thirty (30) days to correct such deficiencies. If the respondent'fails to correct the deficiencies with the thirty (30) days, the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 9.3. If the agreement is terminated, for any reason, the respondent shall turn over all records, to include but not be limited to the following: records of repairs, services, deliveries, and replacement parts, to the City within fifteen (15) working days after completion of duties contained in the agreement. 10. WARRANTY -PRICE: The agreement price shall be firm for the duration of the agreement or extension periods. No separate line item changes shall be permitted for either response or invoice EXHIBIT "A" 2 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 purposes, which shall include equipment rental, demurrage, fuel surcharges, delivery charges, and cost associated with obtaining permits or any other extraneous charges. 11. 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.govIhomo/index,asp?Page-463. 12. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas Government Code, Subtitle F, Chapter 2.251. 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. There 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. 13. NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. PART 11 SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released JULY 20, 2013 1.2. Pre -Solicitation Meeting and Site Visit (Mandatory) AUGUST 7, 2013 AUGUST 7, 2013 AT 10:00 AM Sharon Prete Plaza (In front of the Business Center) 231 E. Main Street Round Rock, Texas 78664 1.3. Deadline for questions AUGUST 9, 2013 1.4. City responses to all questions or addendums AUGUST 12, 2013 EXHIBIT "A" 3 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 1.5. Responses for solicitation due at or before 3:00 PM AUGUST 15, 2013 All questions regarding the solicitation shall be submitted in writing by 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://vp.vvv.roundrocktexas.ctov/borne/index.asp?!cie= 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. 2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http://www.roundrocktexas.govlhornelindmasp2pa,cle=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, SITE VISIT AND INSPECTION: A pre -solicitation meeting, site visit and inspection will be conducted to fully acquaint Respondents with the facilities, difficulties and/or restrictions inherent in the services specified. The pre -solicitation meeting will be conducted on: AUGUST 7, 2013 AT 10:00 AM Sharon Prete Plaza (in front of the Business Center) 231 E. Main Street Round Rock, Texas 78664 3.1. The City considers this pre -solicitation meeting 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. it is the responsibility of the Respondent to examine each repair and determine quantity, amounts, take precise measurements, determine material requirements, equipment requirements and other solicitation related details during said inspections. 4. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM, on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 4.1. Responses received after this time and date shall not be considered. 4.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 4.3. Facsimile or electronically transmitted responses are not acceptable. 4.4. Late responses will be returned to Respondent unopened if return address is provided. 4.5. Responses cannot be altered or amended after opening. EXHIBIT "A" 4of10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 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 5. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited to the following: 5.1. Provide City contact(s) information for implementation of agreement. 5.2. Identify specific milestones, goals and strategies to meet objectives. PART III SPECIFICATIONS 1. HISTORY: The City of Round Rock's Business Center, herein after "facility", was constructed in 1980 and renovated in 2011. The facility is approximately 16,000 square feet and has two stories. The facility has five (5) access controlled entrances. The northeast portion of the building's foundation has settled approximately three inches over the last twelve month causing sheetrock cracks, floor tile cracking and proper door operation. This project provides repairs to the foundation by use of additional piers poured to support the existing foundation. Location of Project: City of Round Rock Business Center 231 East Main Street Round Rock, Texas 78664 2, SCOPE OF WORK: The project consists of the installation of three piers on the north and three piers on the east side of the building that will underpin the existing foundation where the settlement has occurred. The existing concrete pavers in the sidewalks will be removed in areas where the new concrete piers are installed. Once the foundation pier work is completed the pavers will be reinstalled. Ail other pavers will be protected during construction to prevent damage. If the handrail along the sidewalk has to be removed, it is to be welded back into place as per existing condition. The foundation work is described in the Datum Engineers' detailed specifications and plans as per Attachments C and D of this solicitation. 2.1. It shall be the Contractor's responsibility to pick up Engineering Specifications and Drawings (Attachments C and D) from: General Services 212 Commerce Boulevard Round Rock, Texas 78664 2.2. All work including testing shall be completed within forty five (45) days after Notice to Proceed is given 2.3. Inspections: Shall be performed as required by the City Building Inspections Department 2.4. Testing: Professional Testing Industries, (PSI) is testing lab and paid for by the City EXHIBIT "A" 5 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 3. PROJECT MANAGER: This project will be under the direct supervision of the City's authorized and designated representative herein after, "Building Construction Manager". Larry Madsen, Building Construction Manager Phone #: 512-218-5552 4. CONTRACTOR REQUIREMENTS: The Contractor shall: 4.1. Furnish all labor, materials, services, equipment, construction aids, and appliances required in conjunction with design, fabrication and erection of formwork for reinforced, cast -in-place concrete structures as shown on Drawings (SEE ATTACHMENT D). 4.2. 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; 4.3. Assign qualified, capable and trained employees in the installation and repairs of the facility. 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 test protocols, and management of any personnel on site at the facility. 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; 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 Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services, 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. In case of conflict, the most stringent safety requirement shall govern. 5.3. All barricades and other equipment needed for street blockage shall be provided by the City. 6. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, fuel and risk management. 7. WARRANTY: All work performed shall have a warranty beginning on the date of completion of the repair. Contractor shall provide the warranty time frame with bid submission. 8. INSPECTION,ACCEPTANCE TESTING AND EXAMINATION: The Contractor shall perform complete testing and resolve any deficiencies prior to the final acceptance at no additional cost to the City. Test results shall be provided on a written report. 9. 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 include in the bid price. Materials shall be stored under cover and off ground to avoid damage by the elements. EXHIBIT "A" of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 10. CLEAN UP: At the completion of the repair, 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. 11. PERMITS: All necessary permits shall be provided by the City. 12. LIQUIDATED DAMAGES: Respondent shall understand and agree that the anticipated time to complete for the scope of work outlined here, is forty five (45) days after Notice to Proceed is given, and is a reasonable time for the completion of said work. If the Contractor neglects, fails or refuses to complete the work within this specified timeframe, without being granted a written extension by the City, and exceeds this timeframe, the Contractor shall pay $ 500.00 per day to the City as liquidated damages until said work is complete. The amount shall be deducted from any balance due to the Contractor. 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 three (3) 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 unless the Respondent provides a return envelope and postage. '1. Attachment A: 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 Solicitation Document may result in disqualification of the response. 1.1. In the event of errors in extension pricing, unit prices shall govern. 2. Attachment B: 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: E-MAIL ADDRESSES ARE REQUIRED. The following items shall be made available upon request by the City prior to award and the approval of any contract: 1. Certifications 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.eov/homelindex.asp?nage=463. e=46:x. 2. A copy of any applicable Contractor's and other licenses required to perform the type of work described in this specification. EXHIBIT "A" 7 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 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 infomnation 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" 8 of 10 A E, CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYY`r) 05/06/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Texas Insurance Marketplace 5222A Thunder Creek Road Austin TX 78759-4037 INSURED Mario L Carlin Mario L Carlin Management LLC Po Box 6087 Round Rock TX 78681- CONTACT Renee Brooks PHOS PHONE 512 420-9442 (512)420-9819 () FAX (Air Exty IA/C.N0) „1111n E-MAIL Renee@txlowcost.com _ADDRESS. INSURER(S) AFFORDING COVERAGE NAIC # INSURER A Certain UW at Lloyds London INSURER B :Tower National InsuranceCO X X INSURER C : 6/22/2012 06/22/2013 INSURER 0 : S 1,000,000 INSURER E: S 100,000 INSURER F • I CLAIMS -MADE X I • REVISION NUMBER: vTHIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILSR LTR TYPE OF INSURANCE Au SR ISwvn POLICY NUMBER 1MMIDUBR OIIYYYYYI i (MMIDY EXP �) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY OCCUR X X ARTGC37652 6/22/2012 06/22/2013 EACH OCCURRENCE S 1,000,000 DAMAEREMISESRENTED S (Fa nccuaenra)_. MED EXP (Any one person) S 100,000 I CLAIMS -MADE X I $ 5,000 PERSONAL S. ADV INJURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 GE X 'L AGGREGATE LIMIT APPLIES POLICY I 1 PFI° PER: LOC PRODUCTS - COMP/OP AGG S 2,000,000 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED I-1 SCHEDULED AUTOS I AUTOS NON -OWNED HIRED AUTOS I 1 AUTOS COMBINED SINGLE LIMIT (Ea_arcident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per accident) S B X UMBRELLA LIAB I X EXCESS LIAB 1 OCCUR CLAIMS -MADE - NUGDN02078-12 06/22/2012 06/22/2013 EACH OCCURRENCE s 2,000,000 AGGREGATE $ I DFn i I RFTENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNERIEXECUTIVEEL OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA' _ I WC STATU- I OTH- TORY_LIMIIS • S___ ---- .-- S _EL) - EACH ACCIDENT E.L. DISEASE • EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) CERTIFICATE HOLDER CANCELLATION City of Round Rock 221 E. Main Street Round Rock TX 78664 - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE jen ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD PROGRESSIVE PO BOX 94739 CLEVELAND, OH 44101 Named insured ECOGREEN LANDSCAPING 3219 HARPERS FRRY LN AUSTIN, TX 78745 Commercial Auto Insurance Coverage Summary This is your Declarations Page Your policy information has changed PROGRESSIVE* Policy number: 07832247-2 Underwritten by: Progressive County Mutual Ins Co March 30, 2013 Policy Period: Feb 16. 2013 - Feb 15. 2014 Page 1 of 2 progressive.com Online Service Make payments, check billing activity, print policy documents. or check the status of a claim. 1-800-895-2886 For customer service and claims gnlce, 24 hours a day, 7 days a week Your coverage began on February 16, 2013 at 12:01 a.m. This policy expires on February 16, 2014 at 12:01 a.m. This coverage surnmary replaces your prior one. Your insurance policy and any policy endorsements contain a full explanation of your Coverage. The policy limits shown for an auto may not be combined with the limit_; for the same coverace on another auto, unless the policy contract allows the stac<inq of limits. The policy contract is form 6912 (05/10). The contract is modified by forms 2852 T X (02/07), 1552TX (05/07), 1198 (0/14), Z529TX (.03/07), Z528TX (03/07), 4852TX (03107), 4881TX (06/11) and Z228 (01/11) The named insured organization type is a corporation. Automobile Burglary/iheft Prevention Authority Fee Notice: A. fee of S4.00 is payable in addition to the premium due under this policy. This fee reimburses the insurer, as permitted by 28 TAC Sec. 5.205, for the $2.00 fee per motor vehicle per year required to be paid to the Automobile Theft Prevention Fund under Texas Civil Statutes, Article 4413(37), Sec. 10, which became effective on lune 6, 1991, and revised effective September 1, 2011. Policy changes effective March 12, 2013 Premium change: -$28.00 The changes shown above vain not be effective prinrto the time the changes were requested. Outline of coverage Description limits Ceduct bre P_e;nijrn Liability To Others Bodily initny and Property Damage Liability $1,000,000 combined single limit $2,564 Uninsurec!Unde_rinsured Motorist $300,000 combined single limit 294 Uninsurec Motorist Properly Darnage Included in combined single limit 5250 96 Personal Injury Protection $5,000 each person 122 Comprehensive See Auto Coverage Schedule Limit of liability less deductible 359 Collision See Auto Coverage Schedule Subtotal policy premium Lirnit of liability less deductible 698 $4,133 Automobile 6urgiary(Theft Prevention Authority Fee 4 Fees 40 Total 12 month policy premium and fees 'aril 5439 (12 I I) $4,177 G,nanued Rated drivers Policy number: 07632247-2 ECOGREEN LANDSCAPING Page 2 of 2 1. DANIEL H BESA 2. PATSQUINEL BESA. Auto coverage schedule 1 2006 Ford F250 VIN: 1FTSW21P26EA11642 Liability Gabdiry LIMN a1 UM P0 PIP Actual Cash Value (plus $2,000.00 Permanently Attached Equip; Garaging Zip Code.: 788745 Radius: 50 Premium $1,300 5147 $48 $59 Ccmp Comp CUIII Fon Caber' Physical Damage Deductible Pi nun Deductible Premium Auto Taal Premium $500 5206 $500 $288 S2,048 Liability Premium 2001 NON Owned Trailer VIN: REQUESTED22222222 LiabiIiry Garaging Zp Code: 78745 Radius: 50 Auto Total $0 50 2012 Ford F350 Actual Cash Value (plus $2,000.00 Permanently Attached Equpp) VIN: 1FT8'W3BT4CEC92513 Liability B1 UM PD PIP Garaging hip Code: 78745 Radius: 50 Premium $1.264 5147 $48 $63 Comp romp Collision Collision Physical Damage Deductible PIEmWm Deductible Premium Auto Total Premium $500 $153 $500 $410 S2,085 Premium discounts Podgy 07832247-2 Business Experience, Paid In Full and Package Loss Payee information Loss Payee Auto 1 Additional insured information AMPLIFIED FCU PC BOX 85300 AUSTIN, TX 78708 2006 Ford F250 (1FTSW21P26EA11642) 1. Additional Insured PINNACLE 1800 PRESTON PK PLANO, TX 75093 2 . Additional Insured PARTNERS RElv1ODLEING 3219 HARPERS FR AUSTIN, TX 78745 F rin 5489 T:' (1 Certificate Holder Progressive ?.0. Box 94739 Cleveland, OH 44101 1-800-895-2886 Certificate of Insurance PROGREl17VE Policy number: 07832247-2 Underwritten by: Progressive County Mutual Ins Co May 15, 2013 Page 1 of 1 Insured Agent Additional Insured CITY OF ROUND ROCK 221 E MAIN ST ROUND ROCK, TX 78664 ECOGREEN LANDSCAPING PROG COMMERCIAL 3219 HARPERS FRRY LN PO BOX 94739 AUSTIN, TX 78745 CLEVELAND, OH 44101 This document certifies that insurance policies identified below have been issued by the designated insurer to the insured named above for the period(s) indicated. This Certificate is issued for information purposes only. It confers no rights upon the certificate holder and does not change, alter, modify, or extend the coverages afforded by the policies listed below. The coverages afforded by the polities listed below are subject to all the terms, exclusions, limitations, endorsements, and conditions of these polities. Policy Effective Date: Feb 16, 2013 Policy Expiration Date: Feb 16, 2014 Insurance coverage(s) Limits Bodily Injury/Property Damage $1,000,000 Combined Single Limit Description of Location/Vehides/Spedal Items Scheduled autos only 2006 FORD F250 1FTSW21 P26EA11642 2001 NON OWNED TRAILER REQUESTED22222222 2012 FORD F350 1FT8W3BT4CEC92513 Certificate number 13513DSU247 Please be advised that additional insureds and Toss payees will be notified in the event of a mid-term cancellation. Farm 5241 (10(02) City of Round Rock Agenda Item Summary Agenda Number: G.2 Title: Consider a resolution authorizing the Mayor to execute a Business Center Foundation Repair Agreement with Partners Remodeling, Restoration and Waterproofing. Type: Resolution Governing Body: City Council Agenda Date: 10/10/2013 Dept Director: Chad McDowell, General Services Director Cost: $69,500.00 Indexes: General Self -Financed Construction Attachments: Resolution, Exhibit A, Bid Tab Text of Legislative File 13-767 Item Summary: The project consists of the installation of three piers on the north side and three piers on the east side of the building that will underpin the existing foundation where the settlement has occurred. The existing concrete pavers in the sidewalk will be removed in areas where the new concrete piers are installed. Once the foundation pier work is completed the pavers will be reinstalled. All work including testing shall be completed within forty five (45) days after Notice to Proceed is given. Cost: $69,500.00 with 5 year warranty Source of Funds: General Self Financed Construction Staff recommends approval City of Round Rock Page 1 Printed on 10/8/2013 EXECUTED ORIGINAL DOCUMENT FOLLOW CITY OF ROUND ROCK AGREEMENT FOR BUSINESS CENTER FOUNDATION REPAIRS WITH PARTNERS REMODELING, RESTORATION AND WATERPROOFING 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 trade services (building foundation repairs) to be performed at the City's Business Center, and for related goods and services (referred to herein as the "Agreement"), is made and entered into on this the IQ -day of the month of October, 2013 by and between the CITY OF ROUND ROCK, a Texas home -rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and PARTNERS REMODELING, RESTORATION AND WATERPROOFING, a Texas Corporation whose offices are located at 3219 Harpers Ferry Lane, Austin, Texas 78745 (referred to herein as the "Services Provider"). RECITALS: WHEREAS, City desires to purchase certain on-site services in the nature of general building construction trade services (foundation repairs) to be performed on a City -owned and City -occupied building, and to purchase goods and services related to the foundation repairs, and City desires to procure same from Vendor; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and services, and City has selected the bid submitted by Vendor; 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: 00281998/ss2 -CO-02 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 same. The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation Number 13-054; Specification Number 13-910-05; 910-08; 914-30; 910-52; and 909-61; Addendum No. 1 dated August 9, 2013; and Addendum No. 2 dated August 12, 2013 ("IFB"); (b) Services Provider's Response to IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Services Provider's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. 2.01 EFFECTIVE DATE, TERM, ALLOWABLE RENEWALS, PRICES FIRM A. This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. B. This Agreement shall terminate upon the successful completion of all services as set forth herein and in Exhibit "A." 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. 2 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 selected Services Provider to supply the services as outlined in the IFB Solicitation No. 13-054; Specification Number 13-910-05; 910-08; 914-30; 910-52; and 909-61; Addendum No. 1 dated August 9, 2013; Addendum No. 2 dated August 12, 2013; and Response to IFB submitted by Services Provider, all as specified in Exhibit "A." The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Services Provider in its Response to the IFB. The services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 ITEMS AWARDED; AND SCOPE OF WORK Items Awarded. All bid items in Exhibit "A" are awarded to Services Provider. Scope of Work: For purposes of this Agreement, City has issued documents delineating the required services (specifically Solicitation No. 13-054; Specification Number 13-910-05; 910-08; 914-30; 910-52; and 909-61; Addendum No. 1 dated August 9, 2013; and Addendum No. 2 dated August 12, 2013). Services Provider has 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. 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 under the attached exhibits 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 on Exhibit "A," which are specifically relevant to the referenced bid items, shall be the basis of any charges collected by Services Provider. 3 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Services Provider; B. Purchase Order Number; C. Description and quantity of items received or services provided; and D. Delivery or performance dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and the City. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor'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 4 effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Services Provider, a contractor, subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Services Provider and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without liability to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Services Provider may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Services Provider's charges. 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. 5 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Larry Madsen Construction Manager City of Round Rock 221 E. Main Street Round Rock, Texas 78664 (512) 218-5552 15.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re -advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Services Provider shall be declared in default of this Agreement if it does any of the 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. 6 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Services Provider. B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Services Provider. C. Services Provider has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Services Provider, Services Provider shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Services Provider shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION Services Provider shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Services Provider, or Services Provider's agents, employees or subcontractors, in the performance of Services Provider's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or 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. 7 20.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Services Provider: Partners Remodeling, Restoration and Waterproofing 3219 Harpers Ferry Lane Austin, Texas 78745 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. 8 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Services Provider and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 24.01 DISPUTE RESOLUTION City and Services Provider hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 25.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Services Provider represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Services Provider understands and agrees that time is of the essence and that any failure of Services Provider to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. 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 9 which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of Round Rock, Texas Partners Remodeling, Restoration and Waterproofing By: Printed NM,reaw � Date Signed: YAP' • 11) • (3 Title: Attest: By: eda/f V v J Sara L. White, City 64,(446. For City, By: roved as u Form: Steph. i L. Sheets, ity Attorney 10 By: Printld Named 44S yulrre_( i7U� Title: C --oweter Date Signed: 1 / / j/ at -a3 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910.52; 909-61 DATE JULY 2013 CITY OF ROUND ROCK INVITATION FOR BID BUSINESS CENTER FOUNDATION REPAIRS 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 foundation repairs to the City's Business Center located at 231 East Main Street, Round Rock Texas 78664. 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.govihome/index.asp?paqe=463. 2.1. Any acceptance 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/home/index.asp?paqe=463. 4. ATTACHMENTS: Attachments A through B are herein made a part of this solicitation: 4.1. Attachment A: Bid / Price Sheet 4.2. Attachment B: Reference Sheet 4.3. Attachment C: Engineer Specifications — will be available for pickup at 212 Commerce Blvd, Round Rock TX 78664 4.4. Attachment D: Drawings — will be available for pickup at 212 Commerce Blvd, Round Rock TX 78664 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 EXHIBIT "A" 1 of 10 SOLICITATION NUMBER 13.054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 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. 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 or provision of the services as specified herein. 6.2. Respondent shall have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the City. 6.3. In order to assure the City does not encounter shipping delays, service delays or other unforeseen problems that can occur with foreign vendors, Respondent shall be located within the United States. 7. SUBCONTRACTORS: Subcontractors shall not be used for the services specified herein. 8. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or delete any portion of the response, 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: 8.1. Purchase price; 8.2. Reputation of Respondent and of Respondent's goods and services; 8.3. Quality of the Respondent's goods and services; 8.4. The extent to which the goods and services meet the City's needs; 8.5. Respondent's past performance with the City; 8.6. The total long-term cost to the City to acquire the Respondent's goods or services; 8.7. Any relevant criteria specifically listed in the solicitation. 9. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: 9.1. The start date shall be within ten (10) days of notice to proceed given by the City. The completion date shall be forty five (45) calendar days from the start date. 9.2. If the respondent fails to perform its duties in a reasonable and competent manner, the City shall give written notice the respondent of the deficiencies and the respondent shall have thirty (30) days to correct such deficiencies. If the respondent fails to correct the deficiencies with the thirty (30) days, the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 9.3. If the agreement is terminated, for any reason, the respondent shall turn over all records, to include but not be limited to the following: records of repairs, services, deliveries, and replacement parts, to the City within fifteen (15) working days after completion of duties contained in the agreement. 10. WARRANTY -PRICE: The agreement price shall be firm for the duration of the agreement or extension periods. No separate line item changes shall be permitted for either response or invoice EXHIBIT "A" 2 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 purposes, which shall include equipment rental, demurrage, fuel surcharges, delivery charges, and cost associated with obtaining permits or any other extraneous charges. 11. 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.gov/home/index.asp?page=463. 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. There 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. 13. NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released JULY 20, 2013 1.2. Pre -Solicitation Meeting and Site Visit (Mandatory) AUGUST 7, 2013 AUGUST 7, 2013 AT 10:00 AM Sharon Prete Plaza (in front of the Business Center) 231 E. Main Street Round Rock, Texas 78664 1.3. Deadline for questions AUGUST 9, 2013 1.4. City responses to all questions or addendums AUGUST 12, 2013 EXHIBIT "A" 3 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 1.5. Responses for solicitation due at or before 3:00 PM AUGUST 15, 2013 Alt questions regarding the solicitation shall be submitted in writing by 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.qov/home/index.asp?paqe=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. 2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http:/lwww.roundrocktexas.qov/home/index.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, SITE VISIT AND INSPECTION: A pre -solicitation meeting, site visit and inspection will be conducted to fully acquaint Respondents with the facilities, difficulties and/or restrictions inherent in the services specified. The pre -solicitation meeting will be conducted on: AUGUST 7, 2013 AT 10:00 AM Sharon Prete Plaza (in front of the Business Center) 231 E. Main Street Round Rock, Texas 78664 3.1. The City considers this pre -solicitation meeting 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. It is the responsibility of the Respondent to examine each repair and determine quantity, amounts, take precise measurements, determine material requirements, equipment requirements and other solicitation related details during said inspections. 4. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM, on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 4.1. Responses received after this time and date shall not be considered. 4.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 4.3. Facsimile or electronically transmitted responses are not acceptable. 4.4. Late responses will be returned to Respondent unopened if return address is provided. 4.5. Responses cannot be altered or amended after opening. EXHIBIT "A" 40(10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 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 5. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited to the following: 5.1. Provide City contact(s) information for implementation of agreement. 5.2. Identify specific milestones, goals and strategies to meet objectives. PART III SPECIFICATIONS 1. HISTORY: The City of Round Rock's Business Center, herein after "facility", was constructed in 1980 and renovated in 2011. The facility is approximately 16,000 square feet and has two stories. The facility has five (5) access controlled entrances. The northeast portion of the building's foundation has settled approximately three inches over the last twelve month causing sheetrock cracks, floor tile cracking and proper door operation. This project provides repairs to the foundation by use of additional piers poured to support the existing foundation. Location of Project: City of Round Rock Business Center 231 East Main Street Round Rock, Texas 78664 2. SCOPE OF WORK: The project consists of the installation of three piers on the north and three piers on the east side of the building that will underpin the existing foundation where the settlement has occurred. The existing concrete pavers in the sidewalks will be removed in areas where the new concrete piers are installed. Once the foundation pier work is completed the pavers will be reinstalled. All other pavers will be protected during construction to prevent damage. If the handrail along the sidewalk has to be removed, it is to be welded back into place as per existing condition. The foundation work is described in the Datum Engineers' detailed specifications and plans as per Attachments C and D of this solicitation. 2.1. It shall be the Contractor's responsibility to pick up Engineering Specifications and Drawings (Attachments C and D) from: General Services 212 Commerce Boulevard Round Rock, Texas 78664 2.2. All work including testing shall be completed within forty five (45) days after Notice to Proceed is given 2.3. inspections: Shall be performed as required by the City Building Inspections Department 2.4. Testing: Professional Testing Industries, (PSI) is testing lab and paid for by the City EXHIBIT "A" 5 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 3. PROJECT MANAGER: This project will be under the direct supervision of the City's authorized and designated representative herein after, 'Building Construction Manager". Larry Madsen, Building Construction Manager Phone #: 512-218-5552 4. CONTRACTOR REQUIREMENTS: The Contractor shall: 4.1. Furnish all labor, materials, services, equipment, construction aids, and appliances required in conjunction with design, fabrication and erection of formwork for reinforced, cast -in-place concrete structures as shown on Drawings (SEE ATTACHMENT D). 4.2. 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; 4.3. Assign qualified, capable and trained employees in the installation and repairs of the facility. 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 test protocols, and management of any personnel on site at the facility. 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; 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 Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services. 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. In case of conflict, the most stringent safety requirement shall govern. 5.3. All barricades and other equipment needed for street blockage shall be provided by the City. 6. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, fuel and risk management. 7. WARRANTY: All work performed shall have a warranty beginning on the date of completion of the repair. Contractor shall provide the warranty time frame with bid submission. 8. INSPECTION, ACCEPTANCE TESTING AND EXAMINATION: The Contractor shall perform complete testing and resolve any deficiencies prior to the final acceptance at no additional cost to the City. Test results shall be provided on a written report. 9. 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 include in the bid price. Materials shall be stored under cover and off ground to avoid damage by the elements. EXHIBIT "A" 6 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 10. CLEAN UP: At the completion of the repair, 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. 11. PERMITS: All necessary permits shall be provided by the City. 12. LIQUIDATED DAMAGES: Respondent shall understand and agree that the anticipated time to complete for the scope of work outlined here, is forty five (45) days after Notice to Proceed is given, and is a reasonable time for the completion of said work. If the Contractor neglects, fails or refuses to complete the work within this specified timeframe, without being granted a written extension by the City, and exceeds this timeframe, the Contractor shall pay $ 500.00 per day to the City as liquidated damages until said work is complete, The amount shall be deducted from any balance due to the Contractor. 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 three (3) 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 unless the Respondent provides a return envelope and postage. 1. Attachment A: 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 Solicitation Document may result in disqualification of the response. 1.1. In the event of errors in extension pricing, unit prices shall govern. 2. Attachment B: 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: E-MAIL ADDRESSES ARE REQUIRED. The following items shall be made available upon request by the City prior to award and the approval of any contract: 1. Certifications 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?pacie=463. 2. A copy of any applicable Contractor's and other licenses required to perform the type of work described in this specification. EXHIBIT "A" 7 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 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" 8 of 10 ROUND ROCK, TEXAS st Nsciun Flimflam ATTACHMENT A BID FORM SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 How d'd you hear about this Solicitation? II Newspaper Is this the first time responding to the City? II Yes I I No City's Website E-mail Announcement [] ESBD 1s your business registered with VENDOR CENTRAL? Other (I Yes No Register at: roundrocktexas.gov/VendorCentral ITEM # DESCRIPTION Solicitation Number: #13-054 Solicitation Name: Business Center Foundation Repairs Opening Date: August 15, 2013 Opening Tinie: On or Before 3:00 PM CST Opening Location: City of Round Rock City Hall 221 E. Main Street Round Rock, 'IX 78664 1 Business Center Foundation Repairs Price: Tax ID Number: RESPONDENT INFORMATION 7 O Q I— — U ..1 rn Business Name: Address: Address: Contact: Telephone: Entity Type: E-mail: Website: How d'd you hear about this Solicitation? II Newspaper Is this the first time responding to the City? II Yes I I No City's Website E-mail Announcement [] ESBD 1s your business registered with VENDOR CENTRAL? Other (I Yes No Register at: roundrocktexas.gov/VendorCentral ITEM # DESCRIPTION 1 Business Center Foundation Repairs Price: $ 2 Warranty Period Proposed (in years): 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 three (3) copies of response. Failure to sign response will disqualify response. Printed Name EXE Wre Date 9 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 ATTACHMENT B 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 (required) 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. 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 Fax Number: ( ) Fax Number: ( ) Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" 10 of 10 IFB #: 13-054 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. CITY OF ROUND ROCK, TEXAS INVITATION FOR BID BUSINESS CENTER FOUNDATION REPAIRS Addendum No. 1 Date: August 9, 2013 Please note the answers to questions, clarifications, revisions or additions to the solicitation referenced above. 8/7/13 —13-054: Business Center Foundation Repairs Pre -Solicitation Meeting The City performed inspections and core drilling to evaluate the movement of the building. All four (4) entrance stoops will need to be removed and replaced. The building will be underpinned to reduce potential future movement. No sewer or water leaks were found. Exploratory borings were done by PSI. Datum provided the City with a report on their findings. This report may be obtained from Larry Madsen. The foundation on the north side of the building will likely be supported on limestone, and the East side of the building will likely be supported on shale in the areas that the piers will need to be placed. Both areas were examined and the samples came back dry, with no water in the borings. The depth of the pier drilling may vary depending on what is found while drilling. PSI will be on site to assist with the drilling depth determination. All work performed will be exterior work. • 6 drilled piers will be installed o Each pier will have a three (3) foot square pier cap o Interior piers will not be affected • All entrances o Cut out existing slab on grade o Excavate and place eight inch (8") voids, then pour concrete backup to match final finished floor elevation inside the building Questions: 1. Q: Will interior slab also be taken out? A: No, only exterior pier work and entrance work 2. Q: If soil retainer is absent or not sufficient will it need to be installed? A: Yes 3. Q: How deep do piers need to be? A: Estimated depths are twenty eight (28) feet to bearing stratum on the north side and thirty four (34) feet on the east side, with four (4) feet penetration into limestone or eight (8) feet penetration into shale, depending on bearing stratum encountered. EXHIBIT "A" 4. Q: Are there work hour restrictions? A: No 5. Q: Will railing or sidewalks be removed? A: Yes, Any railing or sidewalk that has to be taken out will be the Vendor's responsibility to reinstall it to its original state. 6. Q: Will streets / sidewalks be closed? A: Yes, Streets and sidewalks can be closed to provide room for equipment. 7. Q: WiII barricades be provided by Vendor? A: No, the City will provide any barricades needed. 8. Q: Will the City raise the building? A: No, only drilled piers for exterior will be installed to stop the movement. 9. Q: Has the City located any utilities that will need to be noted? A: The City performed the utility search, and the only things present are roof drains in a few areas that tie into the storm drain system. They have been inspected, and no problems were found. 10. Q: What will be the start date of the project? A: The project has an anticipated start date of October 1, 2013. A Notice to Proceed shall be issued to the Successful Respondent ten (10) days prior to the start date. Approved by Deborah Knutson, Purchaser By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" IFB #: 13-054 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. CITY OF ROUND ROCK, TEXAS INVITATION FOR BID BUSINESS CENTER FOUNDATION REPAIRS Addendum No. 2 Date: August 12, 2013 Please note the answers to questions, clarifications, revisions or additions to the solicitation referenced above. Questions: 1. Q: Detail 6 of Engineering Specifications shows a 36" pier but refers to detail 1 which shows a 24" pier. What is the pier size and pier cap size? A: The pier is 24" in diameter per detail 1/S2. The pier cap on top of the pier is 36" square per detail 6/S2. 2. Q: If any trees or plants are to be removed? Who is in charge of tree protection, silt fencing and/or other environmental protection? A: The removal of any trees or plants is not permitted, unless under the direction of the Project Manager. Environmental protection and silt fencing controls shall be performed by the City. 3. Q: Who is the GC/Construction Manager? A: Larry Madsen with the City's General Services Department. Approved by Deborah Knutson, urchaser By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" ROUND ROCK, TEXAS 11.1:11-11111111551011 M OS:1111t\ ATTACHMENT A BID FORM SOLICITATION NUMBER 13-064 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 How d d you hear about tbi Solicitation? CNewspaper City's Website 7E -mail Announcement 11 ESBD n Other Is this the first time responding to the City? n Yes Wo is your business registered with VENDOR CENTRAL? Yes No Register at: rour:drocktcxas.govl\cndtn•C'enirat ITEM # Solicitation Number: #13-054 Solicitation Name: Business Center Foundation Repairs Opening Date: August 15, 2013 Opening Time: On or Before 3:00 PM CST Opening Location: City of Round Rock City Hall 221 E. Main Street Round Rock, TX 78664 Tax 1D Number: 1-1 (�C� SS VA -CI RESPONDENT INFORMATION SOLICITATION Business Name: `ofr-i A) ria i -Cta ).4-tJ Address: 52-1q 1ItAt2PG�5 �s-1 t.,, Address: Av it of st --q-MC. Contact: Dno ICA- :» Telephone: 11,- 0025--3 13 SZ) Entity Type: 1J -C_ E-mail: Dan,.6 b-5qt Qcrt,) L yc,kw.k-a+%. Website: to."O. ear -W+; early ktuc.kioft cltra{7YE `) r ) How d d you hear about tbi Solicitation? CNewspaper City's Website 7E -mail Announcement 11 ESBD n Other Is this the first time responding to the City? n Yes Wo is your business registered with VENDOR CENTRAL? Yes No Register at: rour:drocktcxas.govl\cndtn•C'enirat ITEM # DESCRIPTION 1 Business Center Foundation Repairs Price: $ L / 503` 0o t 2 Warranty Period Proposed (in years): '-& `) r ) 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 1. #15 of this solicitation. if applicable, do you agree to "piggyback" purchasing from other governmental agencies? 51 Yes No Response shall Include one (1) signed original and three (3) copies of response. Failure to sign response will disqualify response. �iav1 13cSta, t. Printed Name S Authorized Signa re Date EXHIIBI1T0 "A" Aratriem IFB #: 13-054 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY: CITY OF ROUND ROCK, TEXAS INVITATION FOR BID BUSINESS CENTER FOUNDATION REPAIRS Addendum No. 2 Date: August 12, 2013 Please note the answers to questions, clarifications, revisions or additions to the solicitation referenced above. Questions: 1. Q: Detail 6 of Engineering Specifications shows a 35" pier but refers to detail 1 which shows a 24" pier. What is the pier size and pier cap size? A: The pier is 24" in diameter per detail 1/52. The pier cap on top of the pier is 36" square per detail 6/52. 2. Q: If any trees or plants are to be removed? Who is in charge of tree protection, silt fencing and/or other environmental protection? A: The removal of any trees or plants is not permitted, unless under the direction of the Project Manager. Environmental protection and silt fencing controls shall be performed by the City. 3. Q: Who is the GC/Construction Manager? A: Larry Madsen with the City's General Services Department. Approved by Deborah Knutson, ' urchaser By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Vendor ,,z_f,yi c, Authorized- gnature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" IFB#: 13-054 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. CITY OF ROUND ROCK, TEXAS INVITATION FOR BID BUSINESS CENTER FOUNDATION REPAIRS Addendum No. 1 Date: August 9, 2013 Please note the answers to questions, clarifications, revisions or additions to the solicitation referenced above. 8/7/13 — 13-054: Business Center Foundation Repairs Pre -Solicitation Meeting The City performed inspections and core drilling to evaluate the movement of the building. All four (4) entrance stoops will need to be removed and replaced. The building will be underpinned to reduce potential future movement. No sewer or water Teaks were found. Exploratory borings were done by PSI. Datum provided the City with a report on their findings. This report may be obtained from Larry Madsen. The foundation on the north side of the building will likely be supported on limestone, and the East side of the building will likely be supported on shale in the areas that the piers will need to be placed. Both areas were examined and the samples came back dry, with no water in the borings. The depth of the pier drilling may vary depending on what is found while drilling. PSI will be on site to assist with the drilling depth determination. All work performed will be exterior work. • 6 drilled piers will be installed o Each pier will have a three (3) foot square pier cap o Interior piers will not be affected • All entrances o Cut out existing slab on grade o Excavate and place eight inch (8") voids, then pour concrete back up to match final finished floor elevation inside the building Questions: 1. Q: Will interior slab also be taken out? A: No, only exterior pier work and entrance work 2. Q: If soil retainer is absent or not sufficient will it need to be installed? A: Yes 3. Q: How deep do piers need to be? A: Estimated depths are twenty eight (28) feet to bearing stratum on the north side and thirty four (34) feet on the east side, with four (4) feet penetration into limestone or eight (8) feet penetration into shale, depending on bearing stratum encountered. EXHIBIT "A" 4. Q: Are there work hour restrictions? A: No 5. Q: Will railing or sidewalks be removed? A: Yes, Any railing or sidewalk that has to be taken out will be the Vendor's responsibility to reinstall it to its original state. 6. Q: Will streets / sidewalks be dosed? A: Yes, Streets and sidewalks can be closed to provide room for equipment. 7. Q: Will barricades be provided by Vendor? A: No, the City will provide any barricades needed. S. Q: Will the City raise the building? A: No, only drilled piers for exterior will be installed to stop the movement. 9. 0: Has the City located any utilities that will need to be noted? A: The City performed the utility search, and the only things present are roof drains in a few areas that tie into the storm drain system. They have been inspected, and no problems were found. 10. Q: What will be the start date of the project? A: The project has an anticipated start date of October 1, 2013. A Notice to Proceed shall be issued to the Successful Respondent ten (10) days prior to the start date. Approved by Deborah Knutson, Purchaser By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED edke_ef a t LM)c, jZas u,w a 4 - Vendor (Nal 2- zw,ob _.r► Authorized: . ure Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" Partners Remodeling,Restoration and Waterproofing g Partners Remodeling, Restoration and Waterproofing August 15, 2013 To whom it may concern: Partners Remodeling Restoration and Waterproofing will be bidding as the General Contractor on this project. We will manage this project and all of its complexity. PRRW has been managing small to medium size projects since 1999 from $10,000-$500,000. All of our projects get completed in a timely manner. PRRW has leveled and lifted several houses when hurricane Ike hit Galveston so we are very familiar with this type of work. We will provide references on projects that we have managed. Partners Remodeling Restoration and Waterproofing is going to hire Capital Foundations to complete the drilling of the columns to prevent the building from sinking any longer. Capital Foundations has been doing work in the Austin Area for about 25 years and is very knowledgeable in this field. PRRW will provide a reference sheet for the Capital Foundations as well. With Partners Remodeling Restoration and Waterproofing and Capital Foundations working together, we believe that we will be able to provide a service that will be more than satisfactory and exceed the expectations for the City of Round Rock. Thanks, Daniel Besa PRRW Owner 512-825-3950 3219 Harpers Feny Lane Austin, Whititiine: 512-297-7032 Fax: 512-291-5451 Carry ze (..z ATTACHMENT B RESPONDENT'S REFERENCE SHEET SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: I.3—b RESPONDENT'S NAME: ? letrIa(S rvt��F�tNC DATE: SSI ( (13 Provide the name, address, telephone number and E-MAIL (required) of at feast 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. 1. Company's Name C(zt•,s R ed -c,+€ - 0>n Y.) 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 Oeuv r : (kat,a 6 t1 -i3 . s4c,kc. 4 - . o s 4SVG, %Vo to t-+ f 2 1jl v i7 -r x (s -t,.) 3-1-7 Fax Number: ( ) MarcAA �� dtt c -r t» rc (- LA 11.2.4 Qi VLA et rck.i errri te; 4 ells- tl,,n l< , 120D Cn�.4o (s' (1) Fax Number: ( Tx D (DI - 14 -6 e-Vvtavl , kt�� ' , z .• � rt e wt k ' (2_ "tom prix - 0 u 2 'J kk .) e b, -L 67`i) Lin q -21 Oi Fax Number: ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBT0"A" SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-09; 914-30; 910-52; 909-61 DATE JULY 2013 ATTACHMENT B RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER:1 -), —0S—Lc �j RESPONDENT'S NAME: I'tW114-A rte -5 41nr4im._4 DATE: b i (S/( - Provide the name, address, telephone number and E-MAIL (required) 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. I. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number (`}t Treuvo Co•l oc:s •-"Socirt t�V�r�• ccs I )tvST',.v '1 X z) Fax Number: ( ) 2. Company's Name S mow. {, a P Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code t l a 1 (1. e2 r 4-o...>.- CA -- Telephone Number (S -1-0z s� _ , ��.5 Fax Number: ( ) 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number (1(->4.1 - (S-11--) Z-4,4 —31 15 Fax Number. ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. EXHIBIT "A" 10of10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 CITY OF ROUND ROCK INVITATION FOR BID BUSINESS CENTER FOUNDATION REPAIRS 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 foundation repairs to the City's Business Center located at 231 East Main Street, Round Rock Texas 78664. 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://wrvw.rounctrocktexas.clov/home/index.asp?pafye=463. 2.1. Any acceptance 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. 23. Contractor— an individual or business enterprise under contractual obligation arising from an agreement or purchase order, which fumishes 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.roundrocktexasmovitIonie/indox.asOpage--7463. 4. ATTACHMENTS: Attachments A through B are herein made a part of this solicitation: 4.1. Attachment A: Bid / Price Sheet 4.2. Attachment B: Reference Sheet 4.3. Attachment C: Engineer Specifications — will be available for pickup at 212 Commerce Blvd, Round Rock TX 78664 4.4. Attachment 0: Drawings — will be available for pickup at 212 Commerce Blvd, Round Rock TX 78664 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 EXHIBIT "A" 1 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 91440; 910-52; 909-61 GATE JULY 2013 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. 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 or provision of the services as specified herein. 6.2. Respondent shall have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the City. 6.3. In order to assure the City does not encounter shipping delays, service delays or other unforeseen problems that can occur with foreign vendors, Respondent shall be located within the United States. 7. SUBCONTRACTORS: Subcontractors shall not be used for the services specified herein. 8. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or delete any portion of the response, 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: 8.1. Purchase price; 8.2. Reputation of Respondent and of Respondent's goods and services; 8.3. Quality of the Respondent's goods and services; 8.4. The extent to which the goods and services meet the City's needs; 8.5. Respondent's past performance with the City; 8.6. The total long-term cost to the City to acquire the Respondent's goods or services; 8.7. Any relevant criteria specifically listed in the solicitation. 9. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: 9.1. The start date shall be within ten (10) days of notice to proceed given by the City. The completion date shall be forty five (45) calendar days from the start date. 9.2. If the respondent fails to perform its duties in a reasonable and competent manner, the City shall give written notice the respondent of the deficiencies and the respondent shall have thirty (30) days to correct such deficiencies. if the respondent fails to correct the deficiencies with the thirty (30) days, the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 9.3. If the agreement is terminated, for any reason, the respondent shall turn over all records, to include but not be limited to the following: records of repairs, services, deliveries, and replacement parts, to the City within fifteen (15) working days after completion of duties contained in the agreement. 10. WARRANTY -PRICE: The agreement price shall be firm for the duration of the agreement or extension periods. No separate line item changes shall be permitted for either response or invoice EXHIBIT "A" 2of10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 purposes, which shall include equipment rental, demurrage, fuel surcharges, delivery charges, and cost associated with obtaining permits or any other extraneous charges. 11. 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:Itwww.roundrocktexas.ctovthome/index.asp?pie=463. 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. There 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, 13. NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released JULY 20, 2013 1.2. Pre -Solicitation Meeting and Site Visit (Mandatory) AUGUST 7, 2013 AUGUST 7, 2013 AT 10:00 AM Sharon Prete Plaza (in front of the Business Center) 231 E. Main Street Round Rock, Texas 78664 1.3. Deadline for questions AUGUST 9, 2013 1.4. City responses to all questions or addendums AUGUST 12, 2013 EXHIBIT "A" 3of10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 1.5. Responses for solicitation due at or before 3:00 PM AUGUST 15, 2013 AH questions regarding the solicitation shall be submitted in writing by 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.roundrocktoxas.gov/borne/index.asj?nacte=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. 2. SOLICITATION UPDATES; Respondents shall be responsible for monitoring the City's website at littp://www.rouncirocktexas.cgovihornefinclex.asoZpacw--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 riot be held responsible for any further communication beyond updating the website. 3. PRE -SOLICITATION MEETING, SITE VISIT AND INSPECTION: A pre -solicitation meeting, site visit and inspection will be conducted to fully acquaint Respondents with the facilities, difficulties and/or restrictions inherent in the services specified. The pre -solicitation meeting will be conducted on: AUGUST 7, 2013 AT 10:00 AM Sharon Prete Plaza (in front of the Business Center) 231 E. Main Street Round Rock, Texas 78664 3.1. The City considers this pre -solicitation meeting 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. It is the responsibility of the Respondent to examine each repair and determine quantity, amounts, take precise measurements, determine material requirements, equipment requirements and other solicitation related details during said inspections. 4. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM, on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 4.1. Responses received after this time and date shall not be considered. 4.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 4.3. Facsimile or electronically transmitted responses are not acceptable. 4.4. Late responses will be returned to Respondent unopened if retum address is provided. 4.5. Responses cannot be altered or amended after opening. EXHIBIT "A" 4 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 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 5. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited to the following: 5.1. Provide City contact(s) information for implementation of agreement. 5.2. Identify specific milestones, goals and strategies to meet objectives. PART III SPECIFICATIONS 1. HISTORY: The City of Round Rock's Business Center, herein after "facility", was constructed in 1980 and renovated in 2011. The facility is approximately 16,000 square feet and has two stories. The facility has five (5) access controlled entrances. The northeast portion of the building's foundation has settled approximately three inches over the last twelve month causing sheetrock cracks, floor tile cracking and proper door operation. This project provides repairs to the foundation by use of additional piers poured to support the existing foundation. Location of Project: City of Round Rock Business Center 231 East Main Street Round Rock, Texas 78664 2. SCOPE OF WORK: The project consists of the installation of three piers on the north and three piers on the east side of the building that will underpin the existing foundation where the settlement has occurred. The existing concrete pavers in the sidewalks will be removed in areas where the new concrete piers are installed. Once the foundation pier work is completed the pavers will be reinstalled. All other pavers will be protected during construction to prevent damage. If the handrail along the sidewalk has to be removed, it is to be welded back into place as per existing condition. The foundation work is described in the Datum Engineers' detailed specifications and plans as per Attachments C and D of this solicitation. 2.1. It shall be the Contractor's responsibility to pick up Engineering Specifications and Drawings (Attachments C and D) from: General Services 212Commerce Boulevard Round Rock, Texas 78664 2.2. All work including testing shall be completed within forty five (45) days after Notice to Proceed is given 2.3. Inspections: Shall be performed as required by the City Building Inspections Department 2.4. Testing: Professional Testing Industries, (PSI) is testing lab and paid for by the City EXHIBIT "A" 5af10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 914-30; 910-52; 909-61 DATE JULY 2013 3. PROJECT MANAGER: This project will be under the direct supervision of the City's authorized and designated representative herein after, "Building Construction Manager". Larry Madsen, Building Construction Manager Phone #: 512-218-5552 4. CONTRACTOR REQUIREMENTS: The Contractor shall: 4.1. Furnish all labor, materials, services, equipment, construction aids, and appliances required in conjunction with design, fabrication and erection of formwork for reinforced, cast -in-place concrete structures as shown on Drawings (SEE ATTACHMENT D). 42. 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; 4.3. Assign qualified, capable and trained employees in the installation and repairs of the facility. 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 test protocols, and management of any personnel on site at the facility. 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; 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 Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services. 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. in case of conflict, the most stringent safety requirement shall govern. 5.3. All barricades and other equipment needed for street blockage shall be provided by the City. 6. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, fuel and risk management. 7. WARRANTY: All work performed shall have a warranty beginning on the date of completion of the repair. Contractor shall provide the warranty time frame with bid submission. 8. INSPECTION, ACCEPTANCE TESTING AND EXAMINATION: The Contractor shall perform complete testing and resolve any deficiencies prior to the final acceptance at no additional cost to the City. Test results shall be provided on a written report. 9. 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 include in the bid price. Materials shall be stored under cover and off ground to avoid damage by the elements. EXHIBIT "A" 6 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-00; 914-30; 910-52; 909-61 DATE JULY 2013 10. CLEAN UP: At the completion of the repair, 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. 11. PERMITS: All necessary permits shall be provided by the City. 12. LIQUIDATED DAMAGES: Respondent shall understand and agree that the anticipated time to complete for the scope of work outlined here, is forty five (45) days after Notice to Proceed is given, and is a reasonable time for the completion of said work. If the Contractor neglects, fails or refuses to complete the work within this specified timeframe, without being granted a written extension by the City, and exceeds this timeframe, the Contractor shall pay $ 500.00 per day to the City as liquidated damages until said work is complete. The amount shall be deducted from any balance due to the Contractor. 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 three (3) copies of each response. For your bid to be responsive, ail 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 unless the Respondent provides a return envelope and postage. 1. Attachment A: 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 Solicitation Document may result in disqualification of the response. 1.1. In the event of errors in extension pricing, unit prices shall govern. 2. Attachment B: 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: E-MAIL ADDRESSES ARE REQUIRED. The following items shall be made available upon request by the City prior to award and the approval of any contract: 1. Certifications 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.aov/home/index.asp?page=463. 2. A copy of any applicable Contractor's and other licenses required to perform the type of work described in this specification. EXHIBIT "A" 7 of 10 SOLICITATION NUMBER 13-054 SPECIFICATION NUMBERS 13-910-05; 910-08; 91430; 910-52; 909-61 DATE JULY 2013 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" 8 of 10 '%-`-' L K IIFIGATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 05/06/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. THIS POLICIES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Texas Insurance Marketplace 5222A Thunder Creek Road Austin TX 78759-4037 CONTACT Renee Brooks PHONE4 ) (512)420-9442 FAX (A/r, N FN (A/c No):(512) 420-9819 E-MAIL Renee@�1txlowcost.com ADDRESS. Renee@txlowcost.com AFFORDING COVERAGE NAIC # INSURER A :Certain UW at Lloyds London INSURER B :Tower National InsuranceCo X INSURED Mario L Carlin Mario L Carlin Management LLC Po Box 6087 Round Rock TX 78681- INSURER C : 06/22/2012 INSURER D : EACH OCCURRENCE INSURER E: INSURER F : COMMERCIAL GENERAL LIABILITY • --.---- ------ --- -�^• REVIDIVN NUMIStK: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 1 TR TYPE OF INSURANCE ADDL!SUBR MICR wvn POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL LIABILITY X X ARTGC37652 06/22/2012 06/22/2013 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED 100 600 PRFMISFS (Fa ncrr rrenre) $ CLAIMS -MADE X OCCUR 5,000 MED EXP (Any one person) $ 1,000,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE GEPRO- LIMIT APPLIES PER: GENERAL AGGREGATE PRODUCTS - COMP/OP AGG $ $ 2,000,000 ' POLICY PF LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Fa accident) $ ANY AUTO ALL OWNED BODILY INJURY (Per person) $ AUTOS _ SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE accident) $(Per B X UMBRELLA LIAR X OCCUR NUGDN02078-12 06/22/2012 06/22/20132,000,000 EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE _FD RETFNTION $ AGGREGATE $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITYY / N WC STATU- TORY 1 1MITS OTH- FR ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N / A E.L. EACH ACCIDENT $ (Mandatory in NH) If describe under E.L. DISEASE - EA EMPLOYEE $ yes, DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) CANCELLATION Al 013501 City of Round Rock 221 E. Main Street Round Rock TX 78664 - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 464 ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD PROGRESSIVE PO BOX 94739 CLEVELAND, OH 44101 Named insured ECOGREEN LANDSCAPING 3219 HARPERS FRRY LN AUSTIN, TX 78745 Commercial Auto Insurance Coverage Summary This is your Declarations Page Your policy information has changed PROOREll/UE' Policy number: 07832247-2 Underwritten by: Progressive County Mutual Ins Co March 30, 2013 Policy Period:Feb 16, 2013 - Feb 15, 2014 Page 1 of 2 progress ive.com Online Service Make payments, check billing activity, print policy documents, or check the status of a claim. 1-800-895-2886 For customer service and clams seance, 24 boors a day, 7 days a week Your coverage began on February 15, 2013 at 12:01 a.m. This policy expires on February 16, 2014 at 12:01 a.m. This coverage summary replaces your prior one. Your insurance policy and any policy endorsements contain a full explanation of your coverage. The policy limits shown for an auto may not be combined with the limits for the same coverage on another auto, unless the policy contract allows the stacoing of limits. The policy contract is form 6912 (05/10). The contract is modified by forms 2852TX (02/07), 1552TX (05/07), 1198 (01/04), Z529TX (03/07), Z528TX (03/07), 4852TX (03/07), 4881TX (05/11) and Z228 (01/11). The named insured organization type is a corporation. Automobile Burglary/Theft Prevention Authority Fee Notice: A fee of $4.00 is payable in addition to the premium due under this policy. This fee reimburses the insurer, as permitted by 28 TAC Sec. 5.205, for the $2.00 fee per motor vehicle per year required to be paid to the Automobile Theft Prevention Fund under Texas Civil Statutes, Article 4413(37), Sec. 10, which became effective on lune 6, 1991, and revised effective September 1, 2011. Policy changes effective March 12, 2013 Premium change -$28.00 The changes shown above will not be effective prior to the time the changes were requested. Outline of coverage Descnption Limits Deductible Liability To Others Bodily Injury and Property Damage Liability $1,000,000 combined single limit Premium $2,564 Uninsurec/Underinsured Motorist $300,000 combined single limit 294 Uninsurec Motorist Property Damage Included in combined single limit $250 96 Personal Injury Protection $5,000 each person 122 Comprehensive See Auto Coverage Schedule Limit of liability less deductible Collision See Auto Coverage Schedule Limit of liability less deductible Subtotal policy premium 359 698 $4,133 Automobile Burglary/Theft Prevention Authority Fee 4 Fees 40 Total 12 month policy premium and fees $4,177 Continued Form 6489 Tx 112:11) Rated drivers Policy number: 07832247-2 ECOGREEN LANDSCAPING Page 2 of 2 1. DANIEL H BESA 2. PATSQUINEL BESA Auto coverage schedule 2006 Ford F250 VIN: 1 FTSW21 P25EA11642 Liability Liability UMNIM BI UM PD PIP Premium $1,300 $147 $48 $59 Physical Damage Premium Actual Cash Value (plus $2,000.00 Permanently Attached Equip) Garaging Zip Code: 78745 Radius: 50 Comp Comp Collision Collision Deductible Premium Deductible Premium Auto Total $500 $206 1500 $288 52,048 2. 2001 NON Owned Trailer VIN: REQUESTED22222222 Garaging Zip Code: 78745 Radius: 50 Liability Liability Auto Total Premium $p 50 3. 2012 Ford F350 Actual Cash Value (plus $2,000.00 Permanently Attached Equip) VIN: 1 FT8W3BT4CEC92513 Liability Liability UMNIM BI UM PD PIP Premium $1,264 $147 448 $63 Garaging Zip Code: 78745 Radius: 50 Comp Comp Collision Collision Physical Damage Deductible Premium Deductible Premium Auto Total Premium $500 $153 1500 $410 52,085 Premium discounts Policy 07832247-2 Business Experience, Paid in Full and Package Loss Payee information 1 , Loss Payee Auto i Additional Insured information 1. Additional Insured AMPLIFIED ECU PO BOX 85300 AUSTIN, TX 78708 2006 Ford F250 (1 FTSW21 P26EAl 1642) PINNACLE 1800 PRESTON PK PLANA, TX 75093 2 Additional lnsured Form 6439 T'(12, -I1) PARTNERS RE.MODLEING 3219 HARPERS FR AUSTIN, TX 78745 Progressive P.O. Box 94739 Cleveland, OH 44101 1-800-895-2886 Certificate of Insurance PROGRESJYVE Policy number: 07832247-2 Underwritten by: Progressive County Mutual Ins Co May 15, 2013 Page 1 of 1 Certificate Holder Insured Agent Additional Insured ECOGREEN LANDSCAPING PROG COMMERCIAL CITY OF ROUND ROCK 3219 HARPERS FRRY LN PO BOX 94739 221 E MAIN ST AUSTIN, TX 78745 CLEVELAND, 01-144101 ROUND ROCK, TX 78664 This document certifies that insurance policies identified below have been issued by the designated insurer to the insured named above for the period(s) indicated. This Certificate is issued for information purposes only. It confers no rights upon the certificate holder and does not change, alter, modify, or extend the coverages afforded by the policies listed below. The coverages afforded by the policies listed below are subject to all the terms, exclusions, limitations, endorsements, and conditions of these polities. Policy Effective Date: Feb 16, 2013 Policy Expiration Date: Feb 16, 2014 Insurance coverage(s) Lim its Bodily Injury/Property Damage $1,000,000 Combined Single Limit Description of Location/Vehides/Special Items Scheduled autos only 2006 FORD F250 1FTSW21 P26EA11642 2001 NON OWNED TRAILER REQUESTED22222222 2012 FORD F350 1FT8W3BT4CEC92513 Certificate number 13513DSU247 Please be advised that additional insureds and Toss payees will be notified in the event of a mid-term cancellation. Farm 5241 (10/02) ACOR1J CERTIFICATE OF LIABILITY INSURANCE Page 1 of 1 DATE (M IAKEINYYYI 04/22/2013 THIS CERTIFICATE I8 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Ward Insurance Group 1801 PRECINCT LINE RD STE B HURST TX 76054-3171 NCOONNT T !A hello Hodges IIAIC, No. Est): (8171 605-0065 1 Imo. No): 18171 605-0084 E -MALL rrtchell ardins o A�RESS: � � up'corn INSURERS) AFFORDING COVERAGE NAM* INSURER A: A INSURED JOHN BESA PARTNERS REMODELING RESTORATION / 3219 HARPERS FERRY LN AUSTIN TX 78745.6722 INSURER B : INSURER C: ARTGC37907 INSURER D: 07,2113 INSURER E: 5 1.000.000 INSURER F: 5 100.000 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION CF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. (LTR TYPE OF INSURANCE 1800 1 ,JD POLICY NUMBER (MMIDOIYYYY) IMMIDOIYYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITy ARTGC37907 07123112 07,2113 EACH OCCURRENCE 5 1.000.000 DAMAGE TO RthI I ED nCCkuenoe) PREMISES /En n 5 100.000 M ED EXP (Any me Person) 5 5.000 1CLAIMS-MADE X OCCUR PERSOIIALaADVINJURY 5 1,000,000 GENERAL AGGREGATE 5 2,000.000 PRODUCTS - COMPO P AGG ; 2,000,000 GE 'L AGGREGATE LIMIT APFLLI E. PER: (1 POLICY r7 ,1 7, I I LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS _ _ SCHEDULED AUTCE NON -OWNED Aulo S COMBINED SINGLE UNIT XX acr:tent) j 5 BODILY INJURY [P , perms) BODILY INJURY IPcr arcilcnty S PROPERTY DAMAGE (Per ncr]dmt 5 5 B X UMBRELLA LAB EXCESS LIAR _OCCUR CLAIMS -MADE EMX0316907 07123.'12 0712113 EACH OCCURRENCE S 1.000,000 AGGREGATE 5 1.000.000 $ DEO 1 1 RETENTIONS C WORKERS COMPENSATION AND EMPLOYERS' UABILITYI OFFICERIMEMBER EXO-UDED? ECUTME Y (Mandatory in NH) 11 yez dcscriM under DESCRIPTION OF OPERATIONS Laicrx NIA SBP -0001243822 10� 1812 10,18113 I WC STATU-10TH- TORY LISIITS ER E L EACH ACCIDENT$ 500.000 E L. DISEASE - EA EMPLOYEE 500.000 E L DISEASE - POLICY LIMIT S 500,000 DESCRIPTION OF OPERATIONS (LOCATIONS /VEHICLES (Attach ACORD 101. Additional Remarks Seheduk, N more space is required) CERTIFCATE HOLDER IS LISTED AS ADDITONAL INSRUED EXCESS POLICY DOES NOT GO OVERrFOLLOW WC POLICY BLANKET WAIVER OF SUBROGATION APPLIES TO THE WORKERS COMP POLICY CANCELLATION CITY OF ROUND ROCK 221 EAST MAIN ST ROUND ROCK TX 78664 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010105) 11988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD https://acord.agencymatrix.com/APPortal.axd?rt=c&dk=000BC 122732B5V0FG2E8PV79O... 5/7/2013