Contract - Trini Construction Builder, LLC - 8/23/2018 (3) CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF GENERAL BUILDING CONSTRUCTION
TRADES SERVICES (CARPENTRY TRADE)FROM
TRINI CONSTRUCTION BUILDER LLC
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS
This Agreement for on-site services in the nature of general building construction trades
services (carpentry) to be performed on and in various commercial and residential City-owned or
City-occupied buildings on a directed as-needed basis, and for related goods ane services,
referred to herein as the "Agreement," is made and entered into on this thea of the
month of y
2018, by and between the CITY OF ROUND ROCK, TEXAS, a
home-rule munic ality whose offices are located at 221 East Main Street, Round Rock, Texas
78664, referred to herein as the "City," and TRINI CONSTRUCTION BUILDER, LLC, referred
to herein as "Trini Construction." This Agreement supersedes and replaces any previous
agreements between the named parties, whether oral or written, and whether or not established
by custom and practice.
RECITALS:
WHEREAS, City desires to purchase certain on-site services in the nature of general
building construction trades services (carpentry) to be performed on and in various commercial
and residential City-owned or City-occupied buildings on a directed as-needed basis, and
associated goods and services, and City desires to purchase same from Trini Construction; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods, and
City has selected the bid submitted by Trini Construction; 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 receipt and sufficiency of which are hereby acknowledged,the parties
mutually agree as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Trini Construction
whereby City is obligated to buy specified services and Trini Construction is obligated to sell
same. The Agreement includes the following: (a) City's Invitation for Bid designated
Solicitation Number 18-006 (b) Trini Construction's Response to IFB; (c) contract award; and
00406037/ss2
(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) Trini Construction'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.
F. Trini Construction means Trini Construction Builder, LLC, or any of its
successors or assigns.
2.01 EFFECTIVE DATE,INITIAL TERM,AND ALLOWABLE RENEWALS
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by operation of the
term stated herein, or until terminated or extended as provided herein.
B. The term of this Agreement shall be for sixty(60) months from the effective date
hereof.
C. Prices shall be firm for the duration of this Agreement and for any renewal
periods. 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. City may permit "unit price" adjustments upwards only in accordance with
Part III, Item 6 of City's Invitation for Bid included as a part of Exhibit "A," attached hereto and
incorporated herein by reference for all purposes. Any price increase shall be requested by Trini
Construction in writing and accompanied by the appropriate documentation to justify the
requested increase. Trini Construction may offer price decreases at any time and in excess of
any allowable percentage changes.
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.
2
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Trini Construction to supply the services as outlined in IFB Solicitation
Number 18-006; and Response to IFB submitted by Trini Construction, 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 Trini Construction 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 DUAL PROVIDERS OF SERVICES
The parties specifically acknowledge and agree that Trini Construction shall be
considered as one of two (2) providers ("dual providers") of the specified goods and services
(carpentry services). Trini Construction specifically further acknowledges and agrees that this
Agreement is not an exclusive agreement. City may, in its sole and unfettered discretion, elect to
use either of the two providers in whatever order it deems most advantageous to City's purposes.
City may, in its sole and unfettered discretion, elect to use any other providers. City is not
obligated to use or purchase any estimated annual quantity of goods, and no guarantee is made of
any minimum or maximum purchase.
5.01 ITEMS AWARDED
Only if, as, and when needed by City, carpentry services are awarded to Trini
Construction in accordance with bid items shown on Attachment A — Bid Sheet of Exhibit "A,"
as follows:
Carpentry
Carpenter Hourly Labor Rate $23.00 (no minimum hours)
Carpenter Overtime Hourly Labor Rate $34.50 (no minimum hours)
Carpenter Helper Hourly Labor Rate $20.00 (no minimum hours)
Overtime Carpenter Helper Hourly Labor Rate $30.00 (no minimum hours)
Materials (if on Cost-Plus basis)
Percentage Markup 20%
6.01 COSTS
A. Only if, as, and when needed by City, the bid costs listed on Attachment A —Bid
Sheet of Exhibit "A," which are specifically relevant to the referenced bid items, shall be the
basis of any charges collected by Trini Construction.
B. Trini Construction specifically acknowledges and agrees that City is not obligated
to use any estimated annual quantity of services, and City may not expend in excess of One
3
Hundred Fifty Thousand and No/100 Dollars ($150,000.00) per year for Trini
Construction's services combined with the dual provider's services for a total not-to-exceed
amount of Seven Hundred Fifty Thousand and No/100 Dollars ($750,000.00) for the term of
this Agreement.
7.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Trini Construction;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery dates.
8.01 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 of Round Rock's bid, with the consent and agreement of the successful
vendor(s) and Round Rock. 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 of Round Rock is not an agent of, partner to, or representative of those outside
agencies or entities and that the City of Round Rock is not obligated or liable for any action or
debts that may arise out of such independently-negotiated "piggyback"procurements.
9.01 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 Trini Construction a written notice of termination at the end of its then-current fiscal year.
10.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by City to Trini Construction will be made within thirty (30) days of the date City receives
goods under this Agreement, the date the performance of the services under this Agreement are
completed, or the date City receives a correct invoice for the goods or services, whichever is
4
later. Trini Construction may charge interest on an overdue payment at the "rate in effect" on
September 1 of the fiscal year in which the payment becomes overdue, in accordance with
V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not
apply to payments made by City in the event:
A. There is a bona fide dispute between City and Trini Construction, a contractor,
subcontractor, or supplier about the goods delivered or the service performed that causes the
payment to be late; or
B. There is a bona fide dispute between Trini Construction 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
C. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
D. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
11.01 GRATUITIES AND BRIBES
City may, by written notice to Trini Construction, cancel this Agreement without
incurring any liability to Trini Construction if it is determined by City that gratuities or bribes in
the form of entertainment, gifts, or otherwise were offered or given by Trini Construction or its
agents or representatives to any City officer, employee or elected representative with respect to
the performance of this Agreement. In addition, Trini Construction may be subject to penalties
stated in Title 8 of the Texas Penal Code.
12.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Trini Construction's charges.
13.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Trini Construction cannot provide the services as specified, City reserves the right and.
option to obtain same from another source or supplier(s).
14.01 INSURANCE
Trini Construction shall meet all requirements as stated in Part II, Section. 2 of the
attached IFB Solicitation Number 18-006.
5
15.01 CITY'S REPRESENTATIVE
City hereby designates the following representative(s) authorized to act in its behalf with
regard to this Agreement:
Pete Dominguez,Facilities Manager
City of Round Rock
212 Commerce Cove
Round Rock, TX 78664
512-341-3144
pdominguez@roundrocktexas.gov
16.01 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.
17.01 DEFAULT
If Trini Construction abandons or defaults hereunder and is a cause of City purchasing
the specified services elsewhere, Trini Construction 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.
Trini Construction 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
hereunder;
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.
18.01 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 Trini
Construction.
6
B. In the event of any default by Trini Construction, City has the right to terminate
this Agreement for cause, upon ten (10) days' written notice to Trini Construction.
C. Trini Construction has the right to terminate this Agreement only for cause, in the
event of material and substantial breach by City, or by written mutual agreement to terminate.
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 Trini Construction, Trini
Construction shall discontinue all services in connection with 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 termination notice,
Trini Construction shall submit a statement showing in detail the goods and services
satisfactorily performed hereunder to the date of termination. City shall then pay Trini
Construction that portion of the charges, if undisputed. The parties agree that Trini Construction
is not entitled to compensation for services it would have performed under the remaining term of
the Agreement except as provided herein.
19.01 INDEMNIFICATION
Trini Construction 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
Trini Construction, or Trini Construction's agents, employees or subcontractors, in the
performance of Trini Construction'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 Trini
Construction (including, but not limited to the right to seek contribution) against any third party
who may be liable for an indemnified claim.
20.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Trini Construction, its agents, employees and subcontractors shall use best efforts
to comply with all federal and state laws, City's Charter and Ordinances, as amended, and with
all applicable rules and regulations promulgated by local, state and national boards, bureaus and
agencies.
B. Trini Construction acknowledges and understands that City has adopted a Storm
Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139
through 14-152 of the City's Code of Ordinances, to manage the quality of the discharges from
its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the
requirements or the Texas Commission on Environmental Quality (TCEQ) and the Texas
Pollutant Discharge Elimination Systems (TPDES). JNA agrees to perform all operations on
City-owned facilities in compliance with the City's Illicit Discharge Ordinance to minimize the
release of pollutants into the MS4. Trini Construction agrees to comply with the City's
stormwater control measures, good housekeeping practices and any facility specific stormwater
management operating procedures specific to a certain City facility. In addition, Trini
7
Construction agrees to comply with any applicable TCEQ Total Maximum Daily Load (TMDL)
Requirements and/or I-Plan requirements.
C. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2)will not boycott
Israel during the term of this contract. The signatory executing this Agreement on behalf of
Trini Construction verifies Trini Construction does not boycott Israel and will not boycott Israel
during the term of this Agreement.
21.01 ASSIGNMENT AND DELEGATION
The parties hereby bind themselves, their successors, assigns and legal representatives to
each other with respect to the terms of this Agreement. Neither party shall assign, sublet or
transfer any interest in this Agreement without prior written authorization of the other party.
22.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
A. When delivered personally to recipient's address as stated in this Agreement; or
B. 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 Trini Construction:
Trini Construction Builder, LLC
PO Box 81431
Austin,TX 78708
Notice to City:
City Manager Stephen L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Trini Construction.
23.01 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
8
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.
24.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Trini Construction 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.
25.01 DISPUTE RESOLUTION
City and Trini Construction 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.
26.01 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
such 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 to
be void.
27.01 MISCELLANEOUS PROVISIONS
Standard of Care. Trini Construction 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. Trini Construction understands and agrees that time is of the
essence and that any failure of Trini Construction to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Trini Construction 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 Trini
Construction'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.
9
Force Majeure. Neither City nor Trini Construction 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 Trini Construction have executed this Agreement on
the dates indicated.
City of Round ck, Texas Trini Construction Builder,LLC
By: By: ,wx k/b rl Jr
Printed Name: �{1 Printed Name: 65 C—add app
Title: Title: w�e�
Date Signed: 0Date Signed: uhry 29. 1('
For City,Attest:
By: L
Sara L. White, City Clerk
For City,Approved as to Form:
B
Y• 1�U
Step a . Sheets, City Attorney
10
Exhibit "A"
ROUND ROCK TEXAS
PURC14 SING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
CARPENTRY SERVICES
SOLICITATION NUMBER 18-006
MARCH 2018
City of Round Rock
Carpentry Services
IFB No. 18-006
Class/Item:910-51
March 2018 Exhibit "A"
PART I
GENERAL REQUIREMENTS
CARPENTRY SERVICES
PURPOSE: The City of Round Rock, herein after"the City"seeks an agreement with a qualified firm to provide on-
site Carpentry Services for various City owned or occupied buildings on an as needed basis.
The City intends to award one primary contract and one secondary contract based on the Best Value for
the City. The City may contact the Prime Contractor and/or Secondary Contractor to request a quote by
project and will select the Contractor that best meets the needs of the City. An anticipated total contract
award will be made by the City in an amount not to exceed$150,000 per year.
1. BACKGROUND: The City has approximately 800,000 square feet of maintained property and occupies
approximately 46 facilities. The buildings consist of both commercial and residential type structures. Facilities
that may require professional carpentry services include but are not limited to office buildings, fire stations,
parks facilities, police facilities and parking garages.
2. Facilities that may require professional carpentry services include but are not limited to office buildings, fire
stations, parks facilities, police facilities and parking garages.
3. SOLICITATION PACKET: This solicitation packet is comprised of the following:
Description Index
Part I —General Requirements Pages 2-5
Part II —Definitions, Standard Terms and Conditions
and Insurance Requirements Page 6
Part III —Supplemental Terms and Conditions Pages 7-9
Part IV—Specifications Pages 10-13
Attachment A—Bid Sheet Page 14
Attachment B—Reference Sheet Page 15
Attachment C—Prevailing Wage Page 16
Attachment D—Respondent Questionnaire Page 17
4. AUTHORIZED PURCHASING CONTACTS: For questions or clarification of specifications, you may contact:
Yvonne Hopkins,CTPM
Purchaser, Purchasing Division
City of Round Rock
E-mail: yhopkins(aD-roundrocktexas gov
Revised 10/17 Page 2 of 17
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51
March 2018 Exhibit "A"
The individuals listed above may be contacted by 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.
5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below:
EVENT DATE
Solicitation released March 26, 2018
OPTIONAL Pre-Bid meeting Wednesday,April 4, 2018 @ 9:30AM, CST
Deadline for submission of questions April 9, 2018 @ 5:OOPM, CST
City responses to questions or addendums April 13, 2018 @ 5:OOPM, CST
Deadline for submission of responses April 19, 2018 @ 3:OOPM, CST
All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST 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 the
City's webpage in the form of an addendum at http://www.roundrocktexas._qov/bids.
Questions shall be submitted in writing to the"Authorized Purchasing Contacts". The City reserves the right to
modify these dates. Notice of date change will be posted to the City's website
http://www.roundrocktexas.gov/bids.
6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation described herein. Various
updates may include addendums, cancellations, notifications, and any other pertinent information necessary
for the submission of a correct and accurate response. The City will not be held responsible for any further
communication beyond updating the website.
7. OPTIONAL PRE-BID MEETING:An optional pre-bid meeting will be conducted to fully acquaint Respondents
with the specifications and bid submittal requirements. It will be conducted on the date specified in PART I,
Section 5—Schedule of Events. This pre-bid meeting is optional.
7.1 Attendance at the pre-bid meeting is optional. Respondents shall sign-in at the pre-bid meeting to
document their attendance.
7.2 Pre-Bid Meeting Location:
Executive Conference Room
221 East Main St
Round Rock, Texas 78664
On-Site Cell Phone: 512-534-1287
7.3 Respondents are strongly encouraged to bring a copy of the solicitation document with them to the
optional pre-bid meeting.
8. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:OOPM, on the due date noted
in PART I, Section 5—Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Yvonne Hopkins
Purchasing Department
221 E. Main Street
Round Rock,Texas 78664-5299
8.1 Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number,
due date and "DO NOT OPEN".
8.2 Facsimile or electronically transmitted responses are not acceptable.
8.3 Responses cannot be altered or amended after opening.
Revised 10/17 Page 3 of 17
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51
March 2018 Exhibit "A"
8.4 No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
8.5 The City will not be bound by any oral statement or offer made contrary to the written specifications.
8.6 Samples and/or copies shall be provided at the Respondent's expense, and shall become the property
of the City.
9. BIDDER 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.Bidders are encouraged to carefully read the entire
solicitation.
Bidders shall submit one(1)evident signed"Original"and four(4)copies of the response requirements including
any required attachments and one(1)electronic copy of the IFB response on a flash drive.The samples and/or
copies shall be provided at the Respondent's expense, and shall become the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents are
advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all
costs associated with responding to this IFB will be solely at the interested parties'expense. Not responding
to this IFB does not preclude participation in any future RFP/RFQ/IFB.
For your bid to be responsive,the attachments identified below must be submitted with your proposal:
• ATTACHMENT A — BID SHEET: The bid response shall be submitted on itemized, signed Bid Sheet
provided in the solicitation packet. Failure to complete and sign the bid sheet may result in disqualification.
If there is a conflict between the unit price and extended price, the unit price will take precedence.
Submission of responses on forms other that the City's Solicitation Document may result in
disqualification of the response.
• ATTACHMENT B— REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL
of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized
services that are similar in type and capacity within the last two (2)years. City of Round Rock references
are not applicable. References may be checked prior to award. If references cannot be confirmed or if
any negative responses are received it may result in the disqualification of submittal.
• ATTACHMENT D — RESPONDENT QUSTIONNAIRE: Complete the respondent questionnaire and
submit with bid packet. Attach additional pages as needed. Failure to complete the respondent
questionnaire may result in disqualification.
• ADDENDUM(S)—All addendums will be posted to the City's website according to the Schedule of Events
in Part I, Section 5. All addendums must be returned signed and dated with your sealed proposal
response to the Purchasing Office. Failure to do so may automatically disqualify your response from
consideration for award.
10. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to
accept any response deemed most advantageous, or to waive any irregularities or informalities in the response
received that best serves the interest and at the sole discretion of the City. All solicitations received may be
evaluated based on the best value for the City. In determining best value, the City may consider:
10.1 Purchase price;
10.2 Reputation of Respondent and of Respondent's goods and services;
10.3 Quality of the Respondent's goods and services;
10.4 The extent to which the goods and services meet the City's needs;
10.5 Respondent's past performance with the City;
10.6 The total long-term cost to the City to acquire the Respondent's goods or services;
10.7 Any relevant criteria specifically listed in the solicitation.
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing. This may include a presentation and/or the request for additional material/information.
Revised 10/17 Page 4 of 17
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51
March 2018 Exhibit "A"
10.8 EVALUATION FACTORS:
Total 100 Points
• Cost: 60 Points
• Response to Attachment D—Respondent Questionnaire:40 Points
o Training and development— 10 Points
o Vehicle and equipment—5 Points
o Company and individual work experience 25 Points
11. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions, 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.
11.1 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.
11.2 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.
12. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed and notarized for a
contract award requiring council authorization. The "Certificate of Interested Parties"form must be completed
on the Texas Ethics Commission website, printed, signed and submitted to the City by the authorized agent of
the Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior
to final contract execution. Link to Texas Ethics Commission Webpage:
https://www.ethics.state.tx.us/whatsnew/elf info form1295 htm.
Revised 10/17 Page 5 of 17
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51
March 2018 Exhibit "A"
PART II
DEFINITIONS, STANDARD TERMS AND CONDITIONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Bidder agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release of the
solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a
purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the sole
responsibility of Bidders to stay apprised of changes.
The City's Definitions, Standard Terms and Conditions can be viewed and downloaded from the City's website
at: https://www.roundrocktexas.gov/departments/purchasing/
2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance
Requirements. The City's Standard Insurance Requirements document can be viewed and downloaded from
the City's website at: https://www.roundrocktexas.gov/departments/purchasing/
Revised 10/17 Page 6 of 17
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51
March 2018 Exhibit " pH"
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM:The terms of the awarded agreement shall include but not be limited to the following:
1.1 The term of the Agreement shall begin from date of award and shall remain in full force for sixty (60)
months.
1.2 Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions
of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project
up to 90 days.
2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent
shall:
2.1 Be firms, corporations, individuals or partnerships normally engaged in providing commercial carpentry
services as specified herein and have adequate organization, facilities, equipment, financial capability,
and personnel to ensure prompt and efficient service to the City;
2.2 The selected respondent(s) shall provide all labor, supplies and materials required to satisfactorily
perform the services as specified herein and own or acquire at no cost to the City all construction aids,
appliances, and equipment Respondent deems necessary and maintain sole responsibility for the
maintenance and repair of Respondent's vehicles, equipment, tools and all associated costs. The City
shall not be responsible for any Respondent's tools, equipment or materials lost or damaged during the
performance of the services specified herein;
2.3 Commercial Business location from which work crews are dispatched is required to be within a 35-mile
radius of downtown Round Rock.
3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform
required services. The City seeks to do business directly with a company experienced in commercial carpentry
services.
4. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker employed on a
public work project by a city must be paid: (1) not less than the general prevailing wage rate of per diem wages
for work of a similar character in the locality in which the work is performed; and (2) not less than the general
prevailing rate of per diem wages for legal holiday and overtime work. In accordance with Chapter 2258.022,
the City adopted through Resolution No. R-2016-3760 the wage rates set forth by the Texas Workforce
Commission for the Austin-Round Rock Area as the general prevailing wage rate for the City's public works
contracts. A contractor or subcontractor who is awarded a contract by the City shall pay not less than the rates
set forth in Attachment C—Prevailing Wage Rates and comply with all applicable sections of Chapter 2258.
Attachment C — Prevailing Wage Rates are posted in Solicitation Documents for IFB No. 18-006 Carpentry
Services on the City of Round Rock website at: https://www.roundrocktexas.gov/businesses/solicitations/
5. PRICING: The Bidder shall determine and submit a fixed cost for the work and shall include all incidental costs,
labor,overhead charges,travel, payroll expenses,freight,equipment acquisition and maintenance,demurrage,
fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds and risk
management. No separate line item charges shall be permitted for either response or invoice purposes.
6. PRICE INCREASE: Contract prices for Carpentry Services shall remain firm throughout the initial twelve (12)
month term of the contract. A price increase to the agreement may be considered on the anniversary date of
the Contract each year and shall be equal to the consumer price index for that year, but at no time can the
increase be greater than 5%for any single line item.
6.1 Consumer Price Index(CPI): Price adjustments will be made in accordance with the percentage change
in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The price
adjustment rate will be determined by comparing the percentage difference between the CPI in effect for
Revised 10/17 Page 7 of 17
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51
March 2018 Exhibit „A"
the base year six-month average(January through June OR July through December);and each(January
through June OR July through December six month average) thereafter. The percentage difference
between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments
will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics, Consumer
Price Index website: http://www.bis.gov/cpi/.
6.2 Procedure to Request Increase:
6.2.1 Mail the written price increase request with the rate detail comparison and comprehensive
calculation and any supporting documentation to the designated City Contract Specialist a
minimum of 45 days prior to the annual Contract anniversary date. The detailed written
calculation will be verified and confirmed. All written requests for increases must include the City
of Round Rock contract number,solicitation reference information and contact information for the
authorized representative requesting the increase. Price increase requests shall be sent by mail
to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock,TX 79664-5299
6.2.2 Upon receipt of the request, the City reserves the right to either, accept the escalation and make
change to the purchase order within 30 days of the request, negotiate with the Vendor or cancel
the agreement or purchase order if an agreement cannot be reached on the value of the increase.
7. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance
anytime during the contract term.
8. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than five (5) working days. The
awarded respondent will be notified within the time frame if the services delivered are not in full compliance with
the specifications. In the event the services are not performed to the satisfaction of the City; the vendor shall
agree to reperform services to specification at no additional cost to the City. If any agreement or purchase order
is cancelled for non-acceptance, the needed services may be purchased elsewhere and the vendor may be
charged liquidated damages.
9. ORDER QUANTITY:The quantities shown on the solicitation are estimates only. No guarantee of any minimum
or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy
requirements within budgetary constraints, which may be more or less than indicated.
10.WORKFORCE: Contractor shall:
10.1 Ensure Respondent's employees perform the services in a timely, professional and efficient manner;
10.2 Ensure Respondent's employees wear a company uniform that clearly identifies them as the
Respondent's employee while working on City property;
10.3 Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor.The City reserves the right to verify citizenship or right to work in the United States;
10.4 Provide background checks on all employees assigned to a project prior to commencement of work to
the City's designated representative;
10.5 The City will provide the Contractor,the Designated Contact person, and any employees required for the
work, access to the sites where services are required upon approval of the City's designated
representative. The City's designated representative shall issue security badges to all Respondent's
employees assigned to a project.All employees shall be required to wear the badge in a visible manner
at all times while on City property.
Revised 10/17 Page 8 of 17
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51
March 2018 Exhibit "A"
11. PERMITS: The Contractor shall verify and obtain all necessary permits, licenses, and/or certificates required
by federal, state and local laws, ordinances, rules or regulations for the completion of the services as specified
if required for the project.
12. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split
award, primary and secondary award, non-award, or use any combination that best serves the interest and at
the sole discretion of the City. 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.qov/bids.
13. POST AWARD MEETING:The City and Successful Respondent(s)may have a post award meeting to discuss,
but not be limited to the following:
13.1 The method to provide a smooth and orderly transition of services performed from the current contractor;
13.2 Provide City contact(s) information for implementation of agreement;
13.3 Identify specific milestones, goals and strategies to meet objectives.
14. POINT OF CONTACT/DESIGNATED REPRESENTATIVE:
14.1 Contractor's point of contact: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified point of contact upon award
of the contract to include contact information. The City's designated representative shall be notified by
the Respondent immediately should the point of contact change.
14.2 The City's designated representative shall be:
Pete Dominguez
Facility Maintenance Manager
General Services
Phone: 512-801-4547
E-mail: pdominguez(a roundrocktexas qov
15. INTERLOCAL PURCHASING AGREEMENTS
15.1 The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. The Contractor agrees to offer
the same price and terms and conditions to other eligible agencies that have an interlocal agreement with
the City.
15.2 The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement.
Revised 10/17 Page 9 of 17
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51
March 2018 Exhibit "A"
PART IV
SPECIFICATIONS
1. HISTORY:The City has approximately 800,000 square feet of maintained property and occupies approximately
46 facilities.The buildings consist of both commercial and residential type structures. Facilities maintained vary
and can include but are not limited to office buildings, Police department, Fire stations, Parks facilities and
Parking garages.
Projects vary and are under the supervision of the City's designated representative:
Pete Dominguez, Facilities Maintenance Manager
Phone#: 512-801-4547
Email: pdomingueza-roundrocktexas.gov
2. SCOPE OF WORK: The Contractor shall provide on-site services including all materials and labor necessary
to perform maintenance, repair, renovations, installation or alteration for various City owned or occupied
locations on an as needed basis for Carpentry Services.
• Services shall consist of repairs and miscellaneous projects.
• Services performed shall require prior authorization from the City's Facility Maintenance Department.
Only services meeting the herein mentioned specifications on workmanship(See PART III, Paragraph 2)
will be accepted.
3. WORKMANSHIP: Only first-class work shall be performed and all materials furnished in carrying out this
agreement shall be of character and quality as required by the project specifications. Where no standard is
specified, for such work or materials, they shall be the best of their respective trade and be compliant with all
applicable code requirements.
3.1 All materials used in any project shall be new unless pre-approved by the City's designated
representative.
3.2 At the conclusion of each project the Contractor shall demonstrate to the City's designated representative
that the work is fully operational and in compliance with contract specifications and codes. Any
unsatisfactory work done or materials furnished at whatever time they may be discovered shall be
promptly and permanently corrected at the sole expense of the Contractor prior to final acceptance of
work when notified to do so by the authorized City representative.
3.3 The Contractor shall at all times keep the adjacent areas of the work site free from rubbish and the
accumulation of any waste materials. It is the Contractor's responsibility to properly dispose of all rubbish
and waste materials according to applicable federal, state, and local health, safety, and environmental
laws, ordinances, rules and regulations. Should the Contractor neglect or refuse to remove such
unsatisfactory work or materials within forty-eight (48) hours notice by the City, or if they fail to make
satisfactory progress in doing so, the City may cause said work or materials to be removed and
satisfactorily replaced by contract or otherwise and the expense thereof shall be charged to the
Contractor. Such expense shall be deducted from any monies due or shall become due to the City by the
Contractor under the agreement.
4. WORKFORCE: Contractor and all employees shall perform the services in a timely, professional and efficient
manner. 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.
4.1 The Contractor shall employ all personnel for work in accordance with the requirements set forth by the
United States Department of Labor.The City reserves the right to verify citizenship or right to work in the
United States.
4.2 The Respondent shall provide background checks on all employees assigned to a project prior to
commencement of work to the City's designated representative. The background check method will be
approved by the City in advance.
Revised 10/17 Page 10 of 17
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51
March 2018 Exhibit "A"
4.3 The City will provide the Contractor, the Designated Contact person, and any employees required for the
work, access to the sites where services are required upon approval of the City's designated
representative. The City's designated representative shall issue security badges to all Respondent's
employees assigned to a project. All employees shall be required to wear the badge in a visible manner
at all times while on City property.
5. CARPENTER REQUIREMENTS: The following contains the minimum requirements and experience for
Carpentry Services required by the City.The Contractor shall ensure that all personnel are skilled and qualified
to perform the services as requested.
5.1 The functions shall include but not be limited to layouts, rough framing, finish work and other carpentry
work as described by the project manager.
5.2 Contractor must be familiar with and have a working knowledge of all tools and equipment applicable to
the carpentry trade, and have extensive knowledge of building materials.
5.3 Contractor must be able to work unsupervised and run a crew.
5.4 Contractor shall have at least five (5) years' experience and a minimum of three (3) years' commercial
carpentry experience and possess all the necessary tools required to complete projects specified by the
City.
5.5 It is the responsibility of the Contractor to supervise their employees and to assure that the work crew
acts in a professional manner in regards to conduct, dress and language. Employees that are found to
be non-compliant with these requirements shall be removed by the Contractor from City property.
6. DESIGNATED CONTACT PERSON:In order to maintain consistent standards of quality work performed across
the City, the City shall be provided with a designated and identified crew leader/point of contact upon award of
the contract.
6.1 The City shall be provided with the designated person's name and telephone number.
6.2 This contact person shall remain the same throughout the term of the contract or upon termination of the
contact person. If a change has been made in the contact person due to termination,the City's designated
representative shall be notified by the Contractor immediately at the time of the change. NO substitutions
of key personnel shall be permitted without written approval of the authorized City's designated
representative.
6.3 Answering machines are unacceptable as a point of contact.
6.4 The contact person shall be identified on the Solicitation document and may be required to attend an oral
presentation to the selection team prior to award of contract.
7. WARRANTY: Successful Respondent shall provide a one (1) year warranty on all workmanship and parts
including but not limited to manufacturer's warranty, workmanship defects, and installation. All warranty work
shall be completed within five(5)working days from notice of defect.
8. RESPONSE TIME: Response times shall be as follows:
8.1 Regular Business Hours shall be from 7:OOAM to 6:OOPM.
8.2 Non-Emergency Service Calls: Successful Respondent shall respond and provide a written estimate
for non-emergency service calls within two (2) days and begin work within five (5) days of the original
request.
9. REGULAR AND OVERTIME WORK HOURS: Regular business hours are 7:OOAM to 6:OO10M, Monday through
Friday. Overtime pay consisting of hours outside the designated regular business hours, will be allowed by the
City if deemed necessary and approved by the City's designated representative in advance of work. Overtime
work performed in excess of regular work hours or on weekends or holidays shall be based on the rate of
regular labor not to exceed one and one half(1 %)times the fixed hourly rate for the tradesman performing the
Revised 10/17 Page 11 of 17
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51
March 2018 Exhibit "A"
service. Respondent shall submit a total hourly and overtime rate price for labor that includes, but is not limited
to all costs for labor, overhead charges, travel, and payroll expenses.
10. SAFETY: The Successful Respondent and their respective employees are required and shall comply with all
Occupational Safety and Health Administration (OSHA), State and City Safety and Occupational Health
Standards and any other applicable federal,state,and local health,safety, and environmental laws,ordinances,
rules and regulations in the performance of the services. All Successful Respondents shall 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 area under this contract. In case of conflict, the most
stringent safety requirement shall govern. The Successful Respondent shall indemnify and hold the City
harmless from and against all claims, demands, suits, actions,judgments, fines, penalties and liability of every
kind arising from the breach of the Successful Respondent's obligations under this paragraph.
10.1. Material Safety Data Sheets: Successful Respondent shall be required to have in their possession at
the location of each project and available upon request, material safety data sheets applicable to
hazardous substances.
11. ESTIMATES: Contractor shall provide a non-binding written "Not to Exceed" estimate on all projects at no
charge to the City upon request. It is the Contractor's responsibility to ensure that all information is complete to
provide an accurate estimate. The City will not incur charges from the Contractor until the Contractor arrives on
site and begins work. In certain circumstances, a sample of materials to be used in a project may be requested
by the City's designated representative for approval before work commences. Any single project shall not
exceed $50,000.
11.1 Each written estimate shall include the following information:
11.1.1 Department name and location of the project;
11.1.2 Contractor's designated contact name and telephone number;
11.1.3 Breakdown of Labor costs (Number of workers, hourly rate);
11.1.4 Materials (Detailed description, quantity, unit price and extended price amounts);
11.1.5 Cost of Equipment rented to complete project;
11.1.6 Total Cost(Labor and materials);
11.1.7 Description specifying work to be done;
11.1.8 Time projected to complete the project.
12. SITE INSPECTION: It shall be the responsibility of the Contractor to visit and inspect the locations prior to the
submittal of a proposal. No variation in price or conditions shall be permitted based on claims of not being
knowledgeable, aware, or informed of all requirements and specifications for a job assignment. Submittal of
the proposal is evidence the Contractor has familiarized himself with the nature and extent of the work and any
local conditions that may, in any manner, affect the scope of the work to be done and the equipment, materials
and labor required. Inspection must be scheduled by contacting the City's designated representative.
13. DELIVERY AND STORAGE: It shall be the responsibility of the Contractor to make all arrangements for
delivery, unloading, receiving and storing carpentry materials and supplies for each project. The City will not
assume any responsibility for receiving these shipments. The Contractor shall verify with the City's designated
representative and make necessary arrangements for security and storage space in the building during the
project.
14.WORK REPORTS: Respondent shall complete and furnish a work report for each project. A copy of each work
report shall be presented with time and material used. Reports shall include, at a minimum, the following
information:
14.1 Location of the worksite;
14.2 Date and time of arrival at worksite;
14.3 Time spent for repair;
Revised 10/17 Page 12 of 17
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51
March 2018 Exhibit "A"
14.4 Date and time work at location is completed;
14.5 Part(s)ordered and Equipment rented, if necessary;
14.6 A detailed description of all the completed repair work certifying the location is in working order, shall be
signed by the City's designated representative at the time the work is performed.
15. ORDER QUANTITY:The quantities shown on the solicitation are estimates only. No guarantee of any minimum
or maximum purchase is made or implied. The City will only order the services needed to satisfy requirements
within budgetary constraints, which may be more or less than indicated.
15.1 Bids per project shall not exceed 10% waste expectation on all quantities.
15.2 Prices for materials may be on a cost-plus basis.The percentage(%), if any,of markup will be designated
by the Respondent on the Solicitation Document. Invoices for work performed, shall require a copy of
supplies receipt to be included. Failure to provide the cost-plus percentage (%) on an invoice may result
in payment at cost.
16. INVOICE REQUIREMENTS: Each project shall be invoiced separately. The Contractor shall include the
following detailed information on each invoice:
16.1 The total hours worked and hourly rate for labor. Labor hours hour shall include costs of labor, overhead
charges, travel, and payroll expenses.
16.2 Supplies and materials: The cost of supplies and materials shall be listed separately from labor. A
maximum percentage markup, as indicated on Attachment A—Bid Sheet, will be allowed for material.
16.3 Invoices shall have attached a copy of paid materials receipt from the supplier.
I
Revised 10/17 Page 13 of 17
I
I
i
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51
March 2018 Exhibit "A"
ATTACHMENT A- BID SHEET
60 Points
1. ATTACHMENT A—BID SHEET is posted in Solicitation Documents for IFB No. 18-006 Carpentry Services in
an Excel format on the City of Round Rock website at:
https://www.round rocktexas.gov/businesses/solicitations/
1.1 In order to be considered responsive, Attachment A — Bid Sheet must be completed, signed by an
authorized representative, and returned by the deadline for submission of response indicated in Part I
Section 5—Schedule of Events.
1.2 The Respondent, by submitting and signing Attachment A— Bid Sheet, acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated by reference, and agrees to be bound by the terms therein.
1.3 In order to do business with the City of Round Rock you must be registered with the City's Vendor
Database. To register, go to: https:Hroundrock.munisselfservice.com/Vendors/default.aspx.
1.4 By the signature affixed on Attachment A— Bid Sheet, 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.
1.5 The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Date, to fully
comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet.
Revised 10/17 Page 14 of 17
City of Round Rock
Carpentry Services
IFB No.18-006 /�
March
0-51 Exhibit "A"
March 2Q18
ATTACHMENT B
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: `` - u L
RESPONDENT'S NAME: 1 �,� } DATE: A.
Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government
agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last
two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If
references cannot be confirmed or if any negative responses are received it may result in the disqualification of
submittal.
'k
1. Company's Name
Name of Contact
Title of Contact a
E-Mail Address r •.
Present Address `
City, State,Zip Code --
I ell It
Telephone Number Fax Number:( )
2. Company's Name
Name of Contact
Title of Contact
►1. ��-
E-Mail Address iz
Present Address j ,t r
t ;
City,State,Zip Code --
Telephone Number (� 7 )cL 1_ v Fax Number:( )
3. Company's Name �22J,Aio
Name of Contact
RmAii
Title of Contact
E-Mail Address
Present Address
City,State,Zip Code
Telephone Number { ) - w._ - Fax Number: ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Revised 10117 Page 15 of 17
Attachment A- Bid Sheet
CARPENTRY SERVICES
9MU'llf"'A"
The Respondent represents by their signature below that he/she is submitting a binding offer and is authorized to bind the respondent to fully comply with
the solicitation documents contained in IFB No. 18-006 Carpentry Services.The Respondent acknowledges that he/she has received and read the entire
solicitation packet,attachments and all documents incorporated by reference,and agrees to be bound by the terms therein. An anticipated total contract
award will be made by the City in an amount not to exceed$150,000 per year.
Special Instructions: All prices must be quoted In order to be considered responsive.Be advised that exceptions taken to any portion of the solicitation may
jeopardize acceptance of the bid.
Signature required on this Bid Sheet.
Cost-Up to 60 Points
No. Descdptlon Unit Unit Cost
1 Carpenter Regular Hourly Labor Rate Per Hour $
1
Carpenter Overtime Hourly Labor Rate
2 The overtime rate shall not exceed one and one half times(1 Per Hour $
the regular hourly rate.
3 Carpenter Helper Regular Hourly Labor Rate Per Hour $
i
Carpenter Helper Overtime Hourly Labor Rate.
4 The overtime rate shall not exceed one and one half times(1 1r2) Per Hour $
the regular hourly rate.
Information Only:
Prices for Material shall be on a cost-plus basis. Percentage
5 The Percentage(°roj if any,of markup will be: Markup
Attachment D - Respondent Questionnaire
Up to 40 Points
10 Points for staff training and development
5 Points for vehicle and equipment list
25 Points for company and individual work experience
COMPANY NAME: _
SIGNATURE OF AUTHORIZED REPRESENTATIVE:
PRINTED NAME: n}~'' ._.....:
PHONE NUMBER: ! ?� L_ ►I Z
EMAIL ADDRESS: '.,): `a .._ '`tir�`. ►-»
I of I
City of Round Rock
Carpentry Services
IFB No. 18-006
Class/Item:910-51
March 2018 Exhibit "A"
ATTACHMENT C
PREVAILING WAGE
1. ATTACHMENT C—Prevailing Wage Rates are posted in Solicitation Documents for IFB No. 18-006 Carpentry
Services on the City of Round Rock website at:
https://www.roundrocktexas.gov/businesses/solicitations/
2. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker employed on a
public work project by a city must be paid: (1) not less than the general prevailing wage rate of per diem wages
for work of a similar character in the locality in which the work is performed; and (2) not less than the general
prevailing rate of per diem wages for legal holiday and overtime work. In accordance with Chapter 2258.022,
the City adopted through Resolution No. R-2016-3760 the wage rates set forth by the Texas Workforce
Commission for the Austin-Round Rock Area as the general prevailing wage rate for the City's public works
contracts.A contractor or subcontractor who is awarded a contract by the City shall pay not less than the rates
set forth in Attachment C and comply with all applicable sections of Chapter 2258.
Revised 10/17 Page 16 of 17
ATTACHMEgX i�R V��4J,L��VG WAGE
2016 ANNUAL TEXAS WORFORCE� COMMISSION WAGE
RATES
Construction and Extraction Occupations Hourly $12.32
First-Line Supervisors of Construction Trades and Extraction Workers Hourly $18.79
Brickmasons and Blockmasons Hourly $20.94
Carpenters Hourly $13.28
Floor Layers, Except Carpet,Wood, and Hard Tile Hourly $12.00
Tile and Marble Setters Hourly $12.20
Cement Masons and Concrete Finishers Hourly $12.92
Construction Laborers Hourly $10.81
Paving,Surfacing,&Tamping Equipment Operators Hourly $12.41
Pile-Driver Operators Hourly $14.65
Operating Engineers and Other Construction Equipment Hourly $13.80
Drywall and Ceiling Tile Installers Hourly $14.28
Electricians Hourly $15.80
Glaziers Hourly $13.08
Insulation Workers, Floor,Ceiling, and Wall Hourly $13.29
Insulation Workers, Mechanical Hourly $14.52
Painters, Construction and Maintenance Hourly $12.25
Pipelayers Hourly $13.19
Plumbers, Pipefitters,and Steamfitters Hourly $14.46
Reinforcing Iron and Rebar Workers Hourly $13.87
Roofers Hourly $12.38
Sheet Metal Workers Hourly $13.25
Structural Iron and Steel Workers Hourly $14.75
Helpers-Brickmasons, Blockmasons,Stonemasons, and Tile and Marble Hourly $12.36
Setters
Helpers-Carpenters Hourly $8.17
Helpers-Electricians Hourly $8.78
Helpers-Pipelayers, Plumbers, Pipefitters, and Steamfitters Hourly $10.04
Helpers-Construction Trades,All Other Hourly $10.34
Construction and Building Inspectors Hourly $19.15
Fence Erectors Hourly $12.17
Hazardous Materials Removal Workers Hourly $12.98
Highway Maintenance Workers Hourly $13.44
Septic Tank Servicers and Sewer Pipe Cleaners Hourly $12.05
Construction and Related Works,All Others Hourly $13.34
Derrick Operators,Oil and Gas Hourly $10.38
Service Unit Operators,Oil,Gas and Mining Hourly $13.22
Earth Drillers, Except Oil and Gas Hourly $16.45
Rock Splitters,Quarry Hourly $10.65
Roustabouts,Oil and Gas Hourly $11.69
Installation, Maintenance,and Repair Occupations Hourly $12.59
First-Line Supervisors of Mechanics, Installers, and Repairers Hourly $19.61
1
ATTACHMExhiI®iONING WAGE
2016 ANNUAL TEXAS WORFORCE COMMISSION WAGE RATES
Computer,Automated Teller&Office Machinery Repairers Hourly $10.93
Radio Mechanics Hourly $14.11
Telecommunications Equipment Installers and Repair Hourly $15.62
Electric Motor, Power Tool, and Related Repairs Hourly $13.76
Electrical and Electronics Repairers,Commercial and Residential Hourly $16.12
Electrical and Electronic Repairers, Powerhouse Substation, and Relay Hourly $22.18
Electronic Equipment Installers and Repairers, Motor Vehicles Hourly $13.30
Security and Fire Alarm Systems Installers Hourly $17.79
Aircraft Mechanic and Service Technicians Hourly $21.97
Automotive Body and Related Repairs Hourly $15.89
Automotive Glass Installers and Repairers Hourly $14.29
Automotive Service Technicians and Mechanics Hourly $13.38
Bus&Truck Mechanics&Diesel Engine Specialists Hourly $15.61
Farm Equipment Mechanics Hourly $11.52
Mobile Heavy Equipment, Except Engines Hourly $14.84
Motorboat Mechanics Hourly $13.38
Motorcycle Mechanics Hourly $10.79
Outdoor Power Equipment&Other Small Engine Mechanics Hourly $10.31
Recreational Vehicle Service Technicians Hourly $12.75
Tire Repairers and Changers Hourly $10.45
Control and Valve Installers and Repairers, Except Mechanical Door Hourly $14.82
Heating,Air Conditioning and Refrigeration Mechanics and Installers Hourly $16.15
Home Appliance Hourly $13.04
Industrial Machinery Mechanics Hourly $15.74
Maintenance Workers, Machinery Hourly $15.31
Millwrights Hourly $15.79
Electrical Power-Line Installers and Repairers Hourly $15.94
Telecommunications Line Installers and Repairers Hourly $13.68
Medical Equipment Repairers Hourly $19.05
Precision Instrument Repairers, Other Hourly $14.40
Maintenance and Repair Workers,General Hourly $11.42
Coin,Vending,and Amusement Machine Servicers and Repairers Hourly $10.00
Locksmiths and Safe Repairers Hourly $12.93
Helpers-Installation, Maintenance, and Repair Workers Hourly $8.30
Installation, Maintenance& Repair Workers,Other Hourly $10.61
Production Occupations Hourly $10.43
First Line Supervisors of Production and Operating Workers Hourly $19.08
Electrical and Electronic Equipment Assemblers Hourly $11.81
Electromechanical Equipment Assemblers Hourly $15.04
Structural Metal Fabricators and Fitters Hourly $14.88
Team Assemblers Hourly $9.19
Timing Device Assemblers,Adjusters&Calibrators Hourly $16.33
2
ATTACH MFWhjI®iOM ING WAGE
2016 ANNUAL TEXAS WORFORCE COMMISSION WAGE RATES
Assemblies and Fabricators,All Other Hourly $10.10
Computer Controlled Machine Tool operators, Metal and Plastic Hourly $12.70
Numerical Tool and Process Control Programmers Hourly $20.26
Extruding and Drawing Machine Setters Hourly $12.14
Cutting, Punching, and Press Machine Setters,Operators Hourly $10.91
Grinding, Lapping, Polishing and Buffing Machine Hourly $10.58
Lathe and Turning Machine Tool Setters,Operators Hourly $13.47
Machinists Hourly $14.96
3
City of Round Rock
Carpentry Services
IFB No.18-006
Class/Item:910-51 Exhibit "A"
March 2018
ATTACHMENT D
RESPONDENT QUESTIONNAIRE
40 Points
Name of Business:
Physical Address of Headquarters(HQ): 7
Physical Address of Serving Branch:
(if different address from HQ) �
1. On a separate sheet of paper,describe training and development provided to staff.(10 Points)
2. EQUIPMENT LIST: Attach a separate sheet of paper that describes the type of vehicles and equipment that
will be used to support this contract.(5 Points)
3. Number of full time employees that are eligible to work on City of Round Rock projects:
Number of Employees:
I r I'L
4. How many years has your company been in the Commercial Carpentry Business?
Number of years in the commercial
Carpentry business: ,
5. EXPERIENCE: On a separate sheet of paper describe relevant company and individual experience for the
personnel who will be actively engaged in the performance of this contract.(25 Points)
• Company work experience:Describe recent company work experience(2 years or less)for at least two
(2)commercial contracts for Carpentry Services.
• Individual Work Experience:Include the resume of the owner and lead personnel,as well as supporting
documentation as applicable,such as certifications, licenses and years of experience.
Revised 10/17 Page 17 of 17
Exhibit "A"
TRINI Construction Builder, LLC
Carpentry References
IFB NO. 18-006
Company Name: CITY OF AUSTIN
Name&Title of Contact Person:Jermain Defreeze(Building Services Manager)
Present Address: 411 Chicon Street
City,State,Zip: Austin Texas 78711
Phone Number: 512.945.4804
Email Address: Jermain.defreeze@austintexas.gov
Company Name: CENTRAL HEALTH
Name&Title of Contact Person:Gary Brady(Facility's Manager)
Present Address: 2901 Montopolis Dr
City,State,Zip: Austin Texas 78741
Phone Number: 512.978.8177
Email Address: gary.brady@centr:; Ihealth.net
Company Name: CITY OF AUSTIN
Name&Title of Contact Person: Don Hopkins(Facility's Maintenance Manager)
Present Address: 411 Chicon Street
City,State,Zip: Austin Texas 78711
Phone Number: 512.974.1723
Email Address: don.hopkins@austintexas.gov
TRINI Construction Builder, LLC
11
Company.Aydh4bitne K
ksheet
(Use to market your company at pre-bid conferences;Bonding&Insurance Application;
Networking,Marketplaces&Expos;Banking; and MBE/WBE Certification Application)
Company name: TRINI Construction Builder,LLC
Company Address: PO Box 81431
City/State/Zip Code Austin,Texas 78708
Owner(s) Reginald Worlds Title: Operations Manager
Title: Project.Manager(Larry Cross)
Contact Person: Reginald Worlds
Telephone: 512.282.2262 Fax:N/A
Email address: info@triniconstructionbuilder.com
Business Structure: Corporation(LLC)
City certification Date: Expires 12/05/2020 Gender: x Male Female
Company Performs as a: X General Contractor x Subcontractor ._. Supplier
Trade Service(s)Provided:
1. Foundation 7. Paint Interior/Exterior 13.Landscape
2. Concrete/flatwork 8. Drywall/sheetrock 14. Counter tops(granite,marble,tile, etc.)
3. Flooring(carpet,VCT,tile) 9. Roofing 15. Framing
4. Masonry-Rock,retaining 10. Irrigation system 16. Insulation
walls, Bricks, &CMU blocks
5. Plumbing 11. Decking 17.Cabinets
6. Punch work 12. HVAC 18. Paint striping&Others
Years in Business: 15 Number of Employees: Ten
Bonding capacity: 700K Bonding Company: Avail, Upon request
Liability Insurance: 2M Insurance Company Allstate Ins.
Workers Compensation: 1 M Bank Name: Avail.Upon request
Vehicle Coverage: Yes 3 Supplier References: McCoy's
Electrical Cons. Distr.
Lone Star Material
List of Projects:
Project Name City Of Austin Project Name Greenwater Block 3
Maintenance Contract
Owner City Of Austin(See above Owner Greenwater(HCBeck, LTD
resume) as GC)
Contract Amount $1.2M Contract Amount 400K
Date Completed Ongoing Date Completed June 2017
Contact Person References provided upon Contact Person References provided upon
request request
Project Name University of TexasrMbif
qj t,rlame City of Austin
Hall Phase II
Owner University of Texas Owner Fire Dept.—General
(Construction Cleaning) construction(drywall,
framing,masonry,cabinets,
counter tops,concrete
Contract Amount $136K Contract Amount 100K
Date Completed Est: July 2016 Date Completed Est: Sep 2016
Contact Person References provided upon Contact Person References provided upon
request request
Project Name Texas A&M(NCTM Project Name University of Texas
Renovation
Owner Texas A&M(Concrete Owner University of Texas
piers,carton form,drives, (Decking installation)
curves,handicap ramps,
ads,stoops &sidewalks)
Contract Amount $166K Contract Amount 95K
Date Completed 100%-Dec 2013 Date Completed Est: June 2016
Contact Person References provided upon Contact Person References provided upon
request request
Project Name WTP#4 Transformer Project Name 2011 Misc Street Overlay
Owner City of Austin(Concrete Owner City of Austin(Concrete
drives,curves,handicap drives,curves,handicap
ramps,pads, gutters& ramps,pads, gutters,
sidewalks) asphalt&sidewalks
Contract Amount $350K Contract Amount $212K
Date Completed Dec 2015 Date Completed June 2012
Contact Person References provided upon Contact Person References provided upon
request request
Project Name Residential Custom Homes Project Name Office Installation/build
(100%Build) Out Phase II)
Owner TRINI Construction Builder Owner CrossRoad System,Inc
Contract Amount $4M Contract Amount $150K
Date Completed Date Range: 2004—2008 Date Completed May 2012
Contact Person References provided upon Contact Person References provided upon
request request
Exhibit "A"
TRIM Construction Builder, LLC
Carpentry Work Experience
IFB NO. 18-006
1. Within the past 2 years our company has been fortunate to acquire City of
Austin maintenance contract. We are in the process of renovating and
restoring the Fire Stations in Austin that includes office buildings exteriors
and interiors rough and finish carpentry.
2. We have a team of 12 experience employees (TFT & Paint) that has the
ability to perform multiple scopes of works; our team can flex to several
projects and maintain quality and safety, includes timely and efficiently.
3. Experience Foreman: Valentin Hernandez has 15 plus years in
construction /drywall, and also 5 plus years managing employees,
including construction jobsites.
4. Our team of employees are OSHA 10 certified.
Exhibit "A"
TRINI Construction Builder, LLC
Tools & Equipment
IFB NO. 18-006
1. Trailer (16')
2. 600SF Storage Facility for Tools & Equipment
3. Paint Sprayers (tools & equipment)
4. Gang Boxes
5. Ladders
6. Trash Buggies
7. Scaffolds
8. Skill Saw, Table Saw, Saz Saw
GLENN HEGAR TEXAS COMPTROLLER OF PUBLIC ACCOUNTS
The Texas Comptroller of Public Accounts (CPA) administers the Statewide Historically Underutilized Business (HUB) Program for the
State of Texas, which includes certifying minority-, woman-and service disabled veteran-owned businesses as HUBs and facilitates the
use of HUBs in state procurement and provides them with information on the state's procurement process. The CPA has established
Memorandums of Agreement with other organizations that certify minority-,woman-and service disabled veteran-owned businesses that
meet certification standards as defined by the CPA. The agreements allow for Texas-based minority-, woman- and service disabled
veteran-owned businesses that are certified with one of our certification partners to become HUB certified through one convenient
application process.
in accordance with the Memorandum of Agreement the CPA has established with the City of Austin(COA),we are pleased to inform you
that your company is now certified as a HUB.Your company's profile is listed in the State of Texas HUB Directory and may be viewed
online at https://mycpa.cpa.state.tx.us/tpasscmbisearch/index.jsp.Provided that your company continues to remain certified with the COA,
and they determine that your company continues to meet HUB eligibility requirements,the attached HUB certificate is valid for the time
period specified.
You must notify the COA in writing of any changes affecting your company's compliance with the HUB eligibility requirements, including
changes in ownership, day-today management, control and/or principal place of business.Note.Any changes made to your company's
information may require the COA and/or the HUB Program to re-evaluate your company's eligibility. Failure to remain certified with the
COA,and/or failure to notify them of any changes affecting your company's compliance with HUB eligibility requirements,may result in the
revocation of your company's certification.
Please visit our website at http:llcomptroller.texas.gov/procurementlproglhub/and reference our publications (i.e. Grow Your Business
pamphlet, HUB Brochure and Vendor Guide) that will provide you with addition information on state procurement resources that can
increase your company's chances of doing business with the state.
Thank you for your participation in the HUB Programl If you have any questions, you may contact a HUB Program representative at
512-463-5872 or toll-free In Texas at 1-888-863-5881.
Texas Historically Underutilized Business (HUB)Certificate
Certificate/VID Number. 1760775331000
File/Vendor Number: 03693
Approval Date: 10-JAN-2017
4rHUB Scheduled Expiration Date: 10-JAN-2020
se.w.��.lt�mrrotty 1ka.ruit�.a i�a�w..11n�r.re
in accordance with the Memorandum of Agreement between the
City of Austin(COA)
and the Texas Comptroller of Public Accounts(CPA),the CPA hereby certifies that
TRINI CONSTRUCTION BUILDER LLC
has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be
recognized as a HUB.This certificate, printed 23-JAN-2017,supersedes any registration and certificate previously issued by the HUB
Program. If there are any changes regarding the information(i.e.,business structure, ownership, day-to-day management,operational
control, addresses, phone and fax numbers or authorized signatures) provided in the submission of the business' application for
registration/certification into the COA's program, you must immediately(within 30 days of such changes)notify the COA's program in
writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be
suspended or revoked upon findings of ineligibility. If your firm ceases to remain certified in the COA's program, you must apply and
become certified through the State of Texas HUB program to maintain your HUB certification.
Bobby Pounds,Interim Director
Statewide Support Services Division
Note:In order for State agencies and institutions of higher education(universities)to be credited for utilizing this business as a HUB,they must award
payment under the CertifrcateNlD Number Identified above. Agencies,universities and prime contractors are encouraged to verify the company's HUB
certification prior to issuing a notice of award by accessing the Internet(https:llmycpa.cpa.stats.tx.usltpasscmbisearch/index.jsp)or by contacting
the HUB Program at 512.453-5872 or toll-free in Texas at 1-888-883.5881. Rev.06/16
Ci of Austifixhibit "A"
FoundedCartgrrss,Republic of Texas, 1839 rvcr
Small&Minority Business Resources Department,4201 Ed Bluestein Boulevard,Alrstin,TX 78721
Mailing.Addresn-PO Box 1088,Mustin,Texas 78767,Telephone(512)974-7645 Fax(512)974-7609
January 11,2017
Mr.Reginald Worlds
Trini Construction Builder,LLC
P.O.Box 81431
Austin,TX 78708
Congratulationsl
Your firm has been recertified as a Minority-Owned Business Enterprise(MBE)to participate in the City of Austin's
Minority and Women-Owned Business Enterprise(MBEIWBE)Procurement Program.The certificate(s)verifying the
current certification are enclosed.
This review also confirms your continued eligibility as a Disadvantaged Business Enterprise(DBE)for purposes of the
US Department of Transportation's(DOT)Disadvantaged Business Enterprise(DBE)Program.The City of Austin is a
member of the Texas Unified Certification Program(TUCP)and adheres to the DOT standards set forth in 49 C.F.R.Part
26 and Part 23.This DBE certification is valid at any Texas entity that receives DOT funds and has a DBE Program
for the following NAILS Code(s)_:,236115.
The MBE/WBE and DBE certification status of all certified firms is reviewed on an annual basis by the City of Austin's
Small&Minority Business Resources Department(SMBR).The annual review is conducted through examination of a
sworn affidavit of continuing eligibility submitted by the firm seeking continued certification.It is also important that you
report any change(s)in your firm's ownership or control to SMBR within 30 calendar days.Failure to adhere to these
requirements or to report such change(s)may result in the denial of continued certification or recertification.
This firm's annual review date is 1110/2018. Please submit the following documents for the firm's annual review:
As a reminder,you are responsible for maintaining accurate contact information including the specific scopes of work
(commodity codes)in which you have the ability and expertise to manage and control.Any contact information and/or to
commodity code changes must be made by you in the City of Austin's Vendor Connection system at
littns.//www.austintexas.p-ov/financeonline/vendor connection/index.efm.You can perform these changes daily from
7:00 a.m.to 7:00 p.m.If you need assistance making changes,please contact Vendor Registration at(512)974-2018 or by
email at vendorreg cr,austintexas.gov.
If you have any questions,please feel free to call the Certification Office at(512)974-7645.
F
y,
ky .Allen,B.A.,M.Ed.,D.Min.,Ph.D
Business Development Counselor
Small&Minority Business Resources Department
CC:File
The City of h Arum is committed to compliance with the.,4nlericans with Disabilities.Act.
Reasonable modifications and egxal access to communications will be provided upon request.
City ofAustin
Austin
Small and Minority Business Resources Department
certifies that
Trial Construction BLLC
fished b the Ci of Austin Minority-Owned and Women-Owned
meets all the criteria established y �'
Business Enterprise Procurement Program, and is certified as a M
X
Cr
Owned Business Enter riseMinority-
with
the City of Austin.
OF
Z
Mill"
EXPIRATION DACE:
1/1012020
Veronica Briseno Director Certification is valid for three years,contingent upon the City
Vero
Small and Minority Business Resources Department receiving an affidavit of continued eligibility each year.
Verification of certification status can be obtained by
calling 512.974.7645.
CITY'S VENDOR CODE: VS_0000006907
Capitol Specialty insurance Corporation
A Stock Com pa ny
PQ Box 5900
Madison,W153705-0900
Common Declarations
Construction Contractors Policy
_
CS1.6001387-02
�ofPollcyft� C516001387-01
In return for payment of the premium, and subject to all terms-and conditions of th'(s policy,We agree with the Named Insured first listed
in the Declarations to provide the insurance as stated In this policy.
( tried Insured; Tr(n(Construction Builder LLC
:and' 1822 W Braker Ln
Nld'11 g Adaress: '. Unit 81.431
Austin,TX 78748-8059
1 # i CbYil tri', Capitol Specialty insurance Corporation ~�
48 26 2417 __ 08 26 2018
12:01 a.m..standard time at the rna(lingaddress of the Named Insured first listed above,
lt+duing Agency;.
The Parks Group Inc
2225 East.Randol Mill lid.
Arlington,TX 7601.1.
u �n0 C cri}fi i�rn7 �� _ This insurance contract Is with an insurer not^licensed to
General Contractor M transact Insurance In this state and Is issued and delivered.
as surplus line coverage under the Texas insurance
I-imlted Liability Cam any statutes. The Texas Department of Insurance does not
�rer. g lrt� �';jurrlase
audit the finances or review the solvency of the surplus
:.
lines insurer providing this coverage,and the Insurer is not
General Liability a member of the property and casualty Insurance guaranty
Excess Liability assoclatlon created under Chapter .462, Insurance Code.
Chapter 225, Insurance-Code, requires payment of 4.85%
percent tax on gross premium.
See Locations Schedule IP6'002
Prrrii: m sod AaC '�xes -
��..�..�.P. . .�.�...�..z_._. . .._ �. _.w..____ .........._.�.....,..._ .� W� :w
0eneral Liability $5f977.00
Excess $1.,365.00
Total Advance Premium $7,312.00
Surplus Lines Tax $370.64
Stamping Fee $11.46
Policy Fee $300,00
Grand'rotal $8,024.10
See Farm Schedule 1PG 007
In Witness Whereof,we have.caused this policy to he executed.and attested,and, If required by state law,.this policy shall not be valid
unless-countersigned by our authorized representative.
IPG 001(04-16) d 2016 CapSpecialty,Inc.All rights reserved. Page l of 2
C516001387-02 Eff6alve:Date. 68/26/2017 12:01 a.m.standard time.
Locations Schedule
A "Cot
1 1822W Braker Ln,Unit 51.431 Austin,7'X767088.059-
IPG 002 (04-16) G3 2016 CapSPecialty,Inc.All rights reserved. Page 1 of 1
Capitol Specialty Insurance Corporation
A Stock Company-
PO
ompangPO Box 5900
Madison,WI 53705-0900
Commercial General liability Declarations
Construction Contractors policy
P.s it CS16001387-02 1 ffectiva Date,. 08/26/201712:01.a.m,standard time.
tach Occurrence.Limit _$1,000,000
-General Aggregate Lim lt ___` _..� __.___..__ ------W_'y«_-------_..._-.-____..---.-.____—___•_ $2,000,000 ...�_�_~.w
Products tom plated Operations Aggregate Limit* $2,000,000
Personal and Advertising Injury Limit $1,000,000
Damage To Premises Rented To You Limit _ $100,000 Any One Premise-•___.„_�_
Medical Expense Limit $5,004 Any tine Person
„Combined Bodily Injury&Property Damage Deductible $1,000 Per Claim
*If the Iimit is shown as Included,Products Completed Operations are subject to the General Aggregate Limit.
41�6060 L[Abiliky'ClassicrIcations fair lac�t'tan:
-—� --
ctide a "d Clas9if ication Pratliium E ASIS Rates
. Advartc� •
premiuM,.
Pr a. All Other'.,. .
91.3.41-Carpentry-I.nterlor 71,100rPayroll __.18`26 _20.32___ $2,743
92338 pry wall or wallboard Installations _��_�— 71,100 Payroll _7.44 8.03 —�- $1,,100
98304 -Painting - Exterior --Buildings or structur—es - Three M
0 Payroll Included 0 $0
stories or less in height-NOG
_
__•__._ _.__.._..._.__..__.—_._-- ___.____-__.__...____._._._._.____.___-•-- .__._.__.__. _-.-- ________._._ ..._._ .--.
---------._
—____-- --.--__.__.--•.__-- ___•_..___._____.__
98305 Painting-Interior Buildings ter structures 46,750 Payroll 6.07 8.06 $661.
91500 concrete construction— w 18,700 Payroll _ 24.1.7 — - 18..66 �$801.
974-47'-"M” MPayroll - 16..15 r �8.56� .$231
91.585 - Contractors - subcontracted work - In connection
with ;construction, reconstruction, repair or erection of 50,000 Cost 4..70 4.12 $441
bulidIngs-.NOC
91582 -'Contractors subcontracted work - In connection
with building construction, reconstruction, repair or erection 0 Coat Included 0 $0
-.apartment or_office buildings over four stories
Additional Insured-�CG 20 01-Primary and Noncontributory-Other Insurance Conditionincluded
Additional Insured-CG 20 11-Manager or Lessor of Premises Included
Additional Insured -C.G 20 33 -..owners, Lessees or Contractors- Automatic Status When Required In Construction Included
Agreement with You
Additional Insured CG 20 37-Owners,Lessees or Contractors-Completed Operations`_ Included
Additional lnsured-CG 24 04_ Waiver of Transfer of Rights of Recovery Against Others to Us -- -, Included
AddltionaI Insured-CG 25 03 Designated Construction Projects General Aggregate,Limit I�nciude.d-
Total General Liability Prerniu; $5,977
Total Advance Premium: $5;977.00
Faft6s... ►k[ors-amen#s: .,..._.. �.__._.�...__...._.
Forms and Endorsements applying to this coverage part and made part of this policy at tiit7e of issue:
see Farm Schedule 1PG 008
IPG 003(04-16) 0'2016 CapSpecialty,Inc.All rights reserved. Page 1 of 1