R-2018-5913 - 9/27/2018 RESOLUTION NO. R-2018-5913
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 (masonry) to be performed on
and in various commercial and residential City-owned or City-occupied buildings on a directed as-
needed basis, and for associated goods and services; and
WHEREAS, Section 252.043 of the Texas Local Government Code requires a city to award a
contract to the lowest responsible bidder or to the bidder who provides goods or services at the best
value for the city based on criteria set forth in §252.043(b); and
WHEREAS, the City has determined that E&T Masonry Construction & Remodeling, LLC
will provide said goods and services at the best value for the City; and
WHEREAS, the City Council wishes to accept the bid of E&T Masonry Construction &
Remodeling, LLC, 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 Purchase of General Building Construction Trades Services (Masonry Trade) from
E&T Masonry Construction & Remodeling, LLC, 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.
0112.1804;00409612
RESOLVED this 27th day of September, 2018.
CRAIG MOR+ N, Ma
City of Round Rock, TeVs
ATTEST:
4MA., - (AM
SARA L. WHITE, City Clerk
2
EXHIBIT
„A„
CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF GENERAL BUILDING CONSTRUCTION
TRADES SERVICES(MASONRY TRADE) FROM
E&T MASONRY CONSTRUCTION&REMODELING,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 (masonry) 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 and services,
referred to herein as the "Agreement," is made and entered into on this the day of the
month of_ , 2018, by and between the CITY OF ROUND ROCK, TEXAS, a
home-rule municipality whose offices are located at 221 East Main Street, Round Rock, "I,exas
78664, referred to herein as the "City," and E&T MASONRY CONSTRUCTION &
REMODELING, LLC, referred to herein as "E&T Masonry." 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 (masonry) 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 E&T Masonry: and
WHEREAS, City has issued its ``Invitation for Bid" for the provision of said goods, and
City has selected the bid submitted by E&T Masonry; 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 F,&T Masonry
whereby City is obligated to buy specified services and E:&T Masonry is obligated to sell same.
The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation
Number 18-008 (b) E&T Masonry's Response to IFB; (c) contract award; and (d) any exhibits,
004059336 ss2
addenda, and/Or amendments thereto. Any inconsistencies or conflicts in the contract documents
shall be resolved b) giving preference in the following order:
(1) This Agreement;
(2) E&T Masonry'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 Clod, 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. E&T Masonry means E&T Masonry, 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 E&T
Masonry in writing and accompanied by the appropriate documentation to justify the requested
increase. E&T Masonry 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.
7
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected E&T Masonry to supply the services as outlined in IFB Solicitation Number
18-008; and Response to IFB submitted by E&T Masonry, all as specified in Exhibit "A." "I,he
intent of these documents is to formulate an Agreement fisting the responsibilities of both parties
as outlined in the lFB and as offered by E&T Masonry 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 frilly a part of this
Agreement as i f repeated herein i n fu 11.
4.01 DUAL PROVIDERS OF SERVICES
The parties specifically acknowledge and agree that E&T Masonry shall be considered as
one of two (2) providers ("dual providers") of the specified goods and services (masonry
services). E&T Masonry 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, masonry services are awarded to E&T Masonry in
accordance with bid items shown on Attachment A— Bid Sheet of Exhibit"A,"as follows:
Masonry
Mason/Concrete Finisher 1-lourly Labor Rate $16.00(no minimum hours)
Mason/Concrete Finisher Overtime 1--lourly Rate $24.00(no minimum hours)
Helper Hourly I-abor Rate $14.00(no minimum hours)
Overtime I-lelper Hourly Labor Rate $21.00(no minimum hours)
Materials(if on Cost-Plus basis)
I'ercentage Markup 4%
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 E&T Masonry.
B. E&T Masonry 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 Seventy-
Five Thousand and N®/100 Dollars ($75,004.00) per year for E&T Masonry's services
combined with the dual provider's services for a total not-to-exceed amount of Three Hundred
3
Seventy-Five Thousand and NoA 00 Dollars($375,000.00) for the term of this Agreement.
7.01 INVOICES
All invoices shall include, at a minimum,the following information:
A. Name and address of E&T Masonry;
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 27 LI 01 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. I lowever, 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 fiends sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving E&T Masonry 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 E&T Masonry will be made within thirty (30) days of the date City receives
goods Linder 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
later. E&T Masonry ma) 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
4
V.T.C.A., Teras 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 E&T Masonry, 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 E&T Masonry 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
Cit) may, by written notice to E&T Masonry, cancel this Agreement without incurring
any liability to E&T Masonry if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by E&T Masonry or its agents or
representatives to any City officer, employee or elected representative with respect to the
perfonnance of this Agreement. In addition, E&T Masonry 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 E&T Masonry's charges.
13.0.1 ORDERS PLACED wiT113 ALTERNATE VENDORS
If' E&I" Masonry cannot provide the services as specified, City reserves the right and
option to obtain same from another source or supplier(s).
14.01 INSURANCI?
E&T Masonry shall meet all requirements as stated in Part 11, Section 2 of the attached
lF13 Solicitation Number 18-008.
15.01 CITY'S REPRESENTATIVE
City hereby designates the following representative(s) authorized to act in its behalf with
regard to this Agreement:
5
Pete Dominguez, Facilities Manager
City of Round Rock
212 Commerce Cove
Round Rock,'1'X 78664
512-341-3 144
pdom inguez,.a"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 E&T Masonry abandons or defaults hereunder and is a cause of City purchasing the
specified services elsewhere, E&T Masonry agrees that it nlay be charged the difference in cost,
ifany, 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.
E&T Masonry shall be declared in default of this Agreement it it does any of the
following:
A. Fails to make any payment in full when due:
B. Fails to #ally, 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 E&T
Masonry.
B. In the event of any default by E&T Masonry, City has the right to terminate this
Agreement for cause, upon ten (I 0)days' written notice to E&T Masonry.
C. E&"I' Masonry 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.
6
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 E&T Masonry, E&T
Masonry 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,
E&T Masonry shall submit a statement showing in detail the goods and services satisfactorily
performed hereunder to the date of termination. City shall then pay E&T Masonry that portion
of the charges, if undisputed. The parties agree that E&T Masonry 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
E&T Masonry 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, dernands, 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
E&I" Masonry, or E&T Masonry's agents, employees or subcontractors, in the performance of
E&T Masonry's obligations under this Agreement, no matter how, or to whom, such loss may
occur. Nothing herein shall be deerned to limit the rights of City or E&T Masonry (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. E&T Masonry, 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. E&T Masonry 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 "I"exas Commission on Environmental Quality (TCEQ) and the Texas
Pollutant Discharge Elimination Systems ('-I"PDES). 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. E&T Masonry 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, E&T Masonry 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: (l) does not boycott Israel; and (2) will not boycott
7
Israel during the term of this contract. The signatory executing this Agreement on behalf of
E&T Masonry verifies E&T Masonry 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 anv 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 E&T Masonry:
E&T Masonry Construction & Remodeling, LLC
9905 FN,1 973 North
Manor,TX 78653
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 E&T Masonry.
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
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
24.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
E&T Masonry 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 Cit}
Council.
25.01 DISPUTE RESOLUTION
City and E&T Masonry 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. E&T Masonry 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. E&T Masonry understands and agrees that time is of the essence
and that any failure of E&T Masonry to fulfill obligations for each portion of this Agreement
within the agreed timeframes will constitute a material breach of this Agreement. E&T Masonry
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 E&T Masonry'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 E&T Masonry shall be deerned 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 E&T Masonry have executed this Agreement on the
dates indicated.
City of Round Rock,Texas E&T Masonry Construction &
Remodeling,LLC
Printed Name: PrintedN me.
Title: Title:
Date Signed: _ Date Signed: 0—!2.'--
For
--!2.--For City, Attest:
By: _
Sara L. White, City Clerk
For City,Approved as to Form:
BY:
Stephan L. Sheets, City Attorney
to
Exhibit "A"
ROUND ROCK TEXAS
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas. ov
INVITATION FOR BID (IFB)
MASONRY SERVICES
SOLICITATION NUMBER 18-008
MARCH 201
City ofRound Rock
Masonry Services
|FBNo. 18-008
Class/Item: 910-51
March 2018 ������`��`f '"��'v
���., ..��.� . "
MASONRY SERVICES
PART
GENERAL REQUIREMENTS
IPURPOSE: The City of Round Rock, herein after"the City"seeks an agreement with a qualified firm to
provide on-site Masonry 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.
Ananticipated total contract award will bamade bythe City inenamount not toexceed $T5.00Oper
year.
1. BACKGROUND:The City has approximately 800,000 square feet of maintained property and occupies
approximately 48 facilities. The buildings consist ofboth commercial and residential type structures.
2. Facilities that may require professional Masonry Services include but are not limited to office buildings,
fire stations, parks facilities, police facilities and parking garages.
_
City of Round Rock
Masonry Services
IFB No. 18-008
Class/Item: 910-51
March 2018 Exhibit "A"
4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may
contact:
Mike Schurwon,CPPB
Purchaser
Purchasing Division
City of Round Rock
Phone: 512-218-5682
E-mail: niscliurkNoii Lrroijndrocktc\a5. ot,
The individual 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 DATES
Solicitation released March 27, 2018
Pre-Bid meeting-Optional April 3, 2018 @ 10:00 AM, CST
Deadline for submission of questions April 6, 2018 @ 5:00 PM, CST
City responses to questions or April 10,2018 @ 5:00 PM, CST
addendums
Deadline for submission of responses April 18,2018 @ 3:00 PM, 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
Questions shall be submitted in writing to the"Authorized Purchasing Contact". The City reserves the
right to modify these dates. Notice of date change will be posted to the City's website
http:Hwww 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. PRE-BID MEETING: A pre-bid meeting will be conducted to fully acquaint Respondents with the
specifications and bid submittal requirements. The pre-bid meeting will be conducted on the date
specified in PART I Section 4-Schedule of Events.
7.1 Attendance at the pre-bid meeting is Mandatory. Respondents shall sign-in at the pre-bid meeting
to document their attendance.
7.2 City of Round Rock
Executive Conference Room -City Hall Council Chambers, 15t Floor
221 East Main Street
Round Rock,Texas 78664
7.3 Respondents are strongly encouraged to bring a copy of the solicitation document with them to the
pre-bid meeting.
Re\ised 10:17 Page 3 of]7
City ofRound Rock
Masonry Services
|F8No. 18'DO8
Class/Item- 910-51
March 2018 ������^��^� ,��vv
��.., `��,.~ . "
B. Signed and sealed responses are due atorbefore 3:ODPM, unthe due date
noted mPART|. Section 4—Schedule ofEvents. Mail orhand deliver sealed responses uo�
City oYRound Rock—Reception Desk, 1mFloor
Attn: Mike Schurwon, CPPB,CTPKN
Purchasing Department
221 E Main Street
Round Rock,Texas 78GG4-52S9
8.1 Sealed responses shall boclearly marked on the outside ofpackaging with the Solicitation title,
number, due date and"DO NOT OPEN"
8.2 Facsimile orelectronically transmitted responses are not acceptable.
8.3 Responses cannot bealtered oramended after opening.
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 nhoU he provided at the Respondent's expenae, and shall become the
property ofthe City.
9. Round Rock makes nowarranty that this checklist
is a full comprehensive listing of every requirement specified in the solicitation. This list iuonly atool to
assist participating Respondents incompiling their final responses. Bidders are encouraged 1ocarefully
read the entire solicitation.
Bidders aheU 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 IFI3 does not preclude participation in any future RFP/RFQ/IFB.
For vour bid to be responsive, the attachments identified below shall be submitted with your
Attachment A:BID SHEET The bid response shall besubmitted onitemized, signed Bid Sheet provided
inthe solicitation packet.
is a conflict between the unit price and extended price, the unit price will take precedence. Submission of
responses on ronne 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 ofat
least three (3) valid Muninipa|. 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 bpchecked prior to award, |freferences cannot be confirmed or if
any negative responses are received it may result in the disqualification of submittal.
Attachment D: RESPONDENT C}UST|ONWA|RE: Complete the respondent questionnaire and submit
with bid packet. Attach additional pages as needed. Failure to complete the respondent questionnaire
may result indisqualification
no i^cd 10 17 Page 4 of 17
City of Round Rock
Masonry Services
IFB No. 18-008
Class/Item: 910-51
March 2018 Exhibit "A"
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.
10.8 EVALUATION FACTORS
Total 100% Points
• Cost-60% Points
• Response to Attachment D—Respondent Questionnaire—40% Points
Training and development 10% Points
Vehicle and equipment list 5% Points
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
11.9 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. CERTFICATE 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
Ret iwd 10 17 Page 5 of 17
City of Round Rock
Masonry Services
IFB No. 18-008
Class/Item: 910-51
March 2018 Exhibit "A"
PART 11
DEFINITIONS, STANDARD TERMS AND CONDITONS
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/purchasin-q/
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/
PART III
SUPPLEMENTAL TERMS AND CONDTIONS
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
Masonry 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 in a 35-mile
radius of downtown Round Rock.
3. SUBCONTRACTORS:Respondent shall not subcontractor otherwise engage subcontractors to perform
required services. The City seeks to do business directly with a company experienced in commercial
Masonry SERVICES.
Rei i%cd I W 17 Paye 6 of'17
City of Round Rock
Masonry Services
IFB No. 18-008
Gass/Item: 910-51
March 2018 Exhibit "A"
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 and comply with all applicable sections of
Chapter 2258
Attachment C -Prevailing Wage Rates are posted in Solicitation Documents for IFB No. 18-008—
Masonry Services on the City of Round Rock website at:
https://www,roundrocktexas.gov/departments/purchasing/purchasin -active-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 MASONRY 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 the base year six-month average (January through June OR July through
December): and each (January through June OR July through December six month average)
thereafter. The percentage difference between those two CPI issues will be the price adjustment
rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index (CPI)
is found at the Bureau of Labor Statistics, Consumer Price Index website: http://www.bls.gov/cpi/.
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
Rei ised 10 17 11age 7 of'17
City of Round Rock
Masonry Services
IEB No. 18-008
Class/item: 910-51
March 2018 Exhibit "A"
7. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents'
performance anytime during the contract term.
$. 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
rninimum 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 The Respondent shall 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.
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.gov/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.
Reti i sed 10 17 11'a e 8 o I'17
City of Round Rock
Masonry Services
l FB No. 18-008
Class/Item: 910-51
March 2018 Exhibit "A"
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: The City's designated representative shall be:
Pete Dominguez
Facility Maintenance Manager
General Services
Phone: 512-801-4547
E-mail: pdominguez@roundrocktexas.gov
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.
Rcz iced 10 17 ]'age 9 of 17
City of Round Rock
Masonry Services
IFB No. 18-008
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 Manager
Phone: 512-341-3144
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 Masonry installation, repair and finishing 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 IV, Paragraph 3) 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 of 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.
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
Rc\i,,ed 10 17 11'aP-e 10 of 17
City ofRound Rock
Masonry Services
|FBNo. 18-UO8
Class/Item, 910-51
March 2018 ����K�'��'� vv�''
��... .^~~^~ . �
representative. The City's designated representative shall issue security badges to all Respondent's
employees assigned tooproject. All employees shall berequired Nwear the badge inavisible
manner at all times while onCity property.
6. The following contains the minimum requirements
and experience for Masonry installation,repair and finishing services required by the City. The Contractor
shall ensure that all personnel are skilled and qualified to perform the services as requested.
5.1 Contractor shall have a working knowledge of commercial and residential Masonry installation, repair
and finishing work.
5.2 The functions shall include but not be limited to: lay out projects, install all Masonry units. repair
Masonry units, finishing work and other Masonry work as described by the project manager.
5.3 Contractor must be familiar with and have a working knowledge of all tools and equipment applicable
bothe Masonry trade, and have extensive knowledge ofbuilding materials.
5.4 Contractor must beable bowork unsupervised and run acrew.
5.5 The MASON/CONCRETE FINISHER shall have at least five(5) years'experience and e minimum of
three (3) years'commercial experience and possess all the necessary tools required to complete
projects specified bythe City.
5.6 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.
8. |norder tomaintain consistent standards ofquality work performed
across the City,the city shall be provided with a designated and identified crew leaderipoint of contact
upon award ofthe 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 orupon termination of
the contact person. {fachange has been made inthe contact person due uotermination,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.
G.3Answering machines are unacceptable asopoint ofcontact.
6.4 The contact person shall be identified on the Solicitation document and may be required to attend an
oral presentation tothe selection team prior toaward ofcontract.
7. Successful Respondent shall provide a one(1)year warranty on all workmanship and parts
including but not limited uomanufacturer's warranty,workmanship defects, andinetsUotion.Al|wenanty
work shall be completed within five(5)working days from notice of defect.
8. RESPONSE TIME: Response times shall beaofollows:
8.1 Regular business hours shall be from 7:00 AM to 8:00 PM.
O.% Non-Emergency Service Calls: Successful Respondent shall respond and provide awritten
estimate for non-emergency service calls within two(2) days and begin work within five (5) days of
the original request.
City of Round Rock
Masonry Services
I FB No. 18-008
Class/Item: 010-51
March 2018 Exhibit "A"
9. REGULAR AND OVERTIME WORK HOURS: Regular Business hours are 7:00 am to 6:00 pm 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 1/)times the fixed hourly
rate for the tradesman performing the service. Respondent shall submit a total hourly and overtime rate
price for labor that includes, but not be 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. Materiial_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.
Each written estimate shall include the following information:
• Department name and location of the project;
• Contractor's designated contact name and telephone number;
• Breakdown of Labor costs (Number of workers, hourly rate);
• Materials(Detailed description, quantity, unit price and extended price amounts);
• Cost of Equipment rented to complete project;
• Total Cost(Labor and materials),
* Description specifying work to be done;
• 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 Masonry material and supplies for each project. The City
will not assume any responsibility for receiving these shipments.The Contractor shall verify with the
Re%ised 10 17 I'a�_,e 12 cel'17
City of Round Rock
Masonry Services
IFB No. 18-008
Class/Item: 910-51
March 2018 Exhibit "A"
City's designated representative and make necessary arrangements for security and storage space in
the building during the project.
13. 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:
• Location of the worksite;
• Gate and time of arrival at worksite;
• Time spent for repair,
• Date and time work at location is completed;
• Part(s)ordered and Equipment rented, if necessary
• 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.
14. 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.
• Bids per project shall not exceed 10%waste expectation on 211 quantities.
• 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.
15. INVOICE REQUIREMENTS: Each project shall be invoiced separately;the Contractor shall include
detailed information on each invoice:
• The total hours worked and hourly rate for labor. Labor hours hour shall include costs of
labor, overhead charges,travel, and payroll expenses.
• 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.
• Invoices shall have attached a copy of paid materials receipt from the supplier.
Its'`ised 10 17 P,iac I3 ol'I7
City of Round Rock
Masonry Services
IFB No. 18-008
Class/Item: 910-51
March 2018 Exhibit "A"
ATTACHMENT A
BID SHEET
1. ATTACHMENT A- BID SHEET is posted in Solicitation Documents for IFB No. 18-008—Masonry
Services in an Excel format on the City of Round Rock website at:
https://www.roundrocktexas.gov/departments/purchasing//purchasing-active-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
1 Section 4--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://roundrock.munisselfservice.comNendors/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.
1Zei iwd 10"17 I'tige 14 o1'17
City of Round Rock
Masonry Services
IFB No. 18-008
Class/item:910-51 Exhibit "A"
March 2018
ATTACHMENT 8:
BIDDERS REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 18-008
RESPONDENT'S NAME, E&T Masonry ConstuctionDATE, 4122/18
Provide the name, address,telephone number and E-MAIL of at least three(3) valid Municipal, Government
agencies or firms of comparable size that have utilized services that are similar in type and capacity within the
last two (2) years. City of Round Rock references are not applicable. References may be checked prior to
award. If references cannot be confirmed or if any negative responses are received it may result in the
disqualification of submittal.
1. Company's Name GCreek Constuction
Name of Contact Robert Petri
Title of Contact Superintendent
E-Mail Address robert@gcreek.com
Present Address 9033 South IH 35
City,State,Zip Code Austin,Tx 78744
Telephone Number ( 512 )452-5640 Fax Number(512 452-5916
2. Company's Name Hensel Phelps
Name of Contact Joshua Barth
Title of Contact Project Coordinator
E-Mail Address jashua.barlh@henselphelps.com
Present Address 8326 Cross Park Dr
City,State,Zip Code Austin,TX 78754
Telephone Number ( 512 ) 834-9848 Fax Number:( 512 530-6459
3. Company's Name Matous Construction Ltd
Name of Contact Mike Psencik
Title of Contact Vice President
E-Mail Address mike@matousconstruction.com
Present Address 8602 N.Hwy 317
City,State,Zip Code Belton,TX 76513
Telephone Number ( 254 ) 534-8050 Fax Number:(512 254-780-2599
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Revised 10/17 Page IS of]7
City o[Round Rock
Masonry Services
|FBNo. 18'OU8
C|aaa/|tem: Q1U'61
March 2018 ������^&�`� v��vv
��~� �.��.� . .
ATTACHMENT
PREVAILING WAGE
1. Attachment C' Prevailing Wage Rates are posted in Solicitation Documents for |FB No.
1B'O08'Masonry Services onthe City ofRound Rock website at:
2. Pursuant to Chapter 2258 of the Texas Government Code, a worker
employed on e public work project by a city must be paid: (1) not less than the general prevailing
wage nate of per diem wages for work of a similar character in the locality in which the work is
pedbnnnd�and(2)not less than the general prevailing rate of per them wages-for legal holiday and
overtime work, In accordance with Chapter 2258.022,the City @dopted through Resolution No. R-
2016-3760 the wage rates met 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. Aoontractor
orsubcontractor who is awarded acontract bythe City shall pay not less than the rates set forth in
Attachment Cand comply with all applicable sections ofChapter 2258,
City of Round Rock
Masonry Services
11=8 No. 18-008
Class/item:910-51 Exhibit "A
March 2018
ATTACHMENT D
RESPONDENT QUESTIONNAIRE
40% Points
Name of Business:
E&T Masonry Construction&Remodeling Co LLC
Physical Address of Headquarters(HQ): 9905 FM 973 North
Manor,TX 78653
Physical Address of Serving Branch:
(if different address from HQ)
1. In 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:
1 9
4. How many years has your company been in the Commercial Masonry Business?
Number of years in the commercial
Masonry business: 1 40+
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 2
commercial contracts for Masonry 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
1ofI
Exhibit "A"
Attachment A-Bid Sheet
Masonry Services
IFB No.18-008
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 1FB No.18-008-Masonry 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$75.000 per year.
Special Instructions: Ail 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.
Cost-Total 60%points
No. Description Unit Untt Cost:
1 Mason!Concrete Finisher- Regular Hourly Labor Rate Per Hour $ 16.00
Mason/Concrete Finisher-Overtime Hourly Labor Rate.
The overtime rate shall not exceed one and one half times the
2 regular hourly rate. Per Hour $ 24.00
3 Mason/Concrete Finisher Helper-Regular Hourly Labor Rate Per Hour $ 14.00
Mason/Concrete Finisher Helper-Overtime'Hourly Labor Rate.
The overtime rate shall not exceed one and one half times the 21.00
4 regular hourly rate. Per Hour $
(infgrmation flnly):Prices for Material shall be on a cast-plus Percentage
5 basis.The Percentage % if a of marku will be: Markup % 4
Attachment D-Respondent Questionnaire-Total 40%Points
•10%Points for staff training and development
°5%Points for vehicle and equipment list
•26%Points for company and Individual work experience
COMPANY NAME: E&T Masonry Construction&Remodeling Company,LLC
SIGNATURE OF AUTHORIZED REPRESENTATIVE:
PRINTED NAME: Thomas drakes
PHONE NUMBER: 512-272-4551
EMAIL ADDRESS: tom@etmasonry.com Q@etrnasonry.com
Exhibit "A"
THOMAS J DUKES
E&T MASONRY CONSTRUCTION& REMODELING CO. LLC
P.O. BOX 581
ROUND ROCK, TX 78680
512-272-4551 OFFICE/512-272-4546 FAX
512-748-8465 MOBILE
Email: tom@etmasonry.com
EQUIPMENT LIST
This is a list of equipment to be used to support the masonry projects:
Fork Lift
Skid Loader
• Cement Mixer
Mortar Mixer
Saws(wet&dry)
Scaffolding
Planks
• Hammers; Jacks; Drills,etc.
All hand tools
• Trailers
• Grout Pump
• Concrete Pump
Exhibit "n "
ti
�_
s�a`�a�'r► It kv,
.-R ,
!thenare(reneral C antruc•tor Prrrfevi tlanwser with wilid trach record frrr a awrirtt;rhent crttitfucrion while
Irdherin to indumi-qualiti'v(nidai-A it'ithin evablhhed bitdgerlc.Dikp1gt'ir{1,•prof utnd kmrlvleelge of
(fillWrtrc'tiou r(.githriiolrl,lien/Zoning imlinant.ei and ledwig4#v%.frrr ineelin;;tiff imartnteut of huilrfing and
i rm iru(trreu c laden,, Deffitared to artherin,,r rt;Ul/ttr and all laf rti'ljiddefincs.
• 1',11111licll ih It lth t Ost LStlillal.It111%011d htldl,vtarl lltepirattion
w f-,,, llvnt-a111lltt'tti manage ge tt11 a amd primili7t'lc sks
• 4mllld understanding,of nlaterial5,mil uquipment and 11170Ltlremenl 11toLVditre.,
• tilrtlnl,! t1n1l1it1nitatitln 10(U.S1 lilitai'WIA tit`
• Vast knm%lvdgv of t onit�ii tion dot.unit:'1ltatitln
• lint t ll leadvi-Ship"allililit'S
• Gloat Cmmminu.aiion ,kills
• 1'lt't'tiir,l-ltt►11k1111p,titlt',lalldStatlt',ilooring,tahinrtrl"and 11!.1me renovation v\pertisv.
x a Wr t
i � 4
ti�'()R1<lv�s;I'I:ItItiNCI.
N1 V-4 AXI)CON IPLIC IION 1992.1Ilk' cil-NI AUSHN, 1:tt, FNl:RA1.t,:ONTRACI-OR
• I:"ot.1II1Ioh tt ork wit II elIf'IntYrs,dT(hiII-L V,anLl pro pt*I t} rnato addIVSs desik;il dTld
L 01111'0t 11011 iSs LJV';.
• UZtitltIliely&;sia:l&plait'l,lrgv ;k'11c L t)nshLit tioll proi('Lt HLls dild ll(:'F,Ut1jlIL!d LIk(!1A 1.t)111i'di.l5.
• C."tiordinati'of furls with•+uh-t Llntrat tors,cltti tl'it itms,1141111111xr"and demolition n t:'\llerts
+► +\!atilt+1111 inventor!'101'(al►l"t"x(rill'prtllt'rt5
• C'001-dillxitta With 1110tKitll 4tippli(.'rs 10 011SU1t' rlitl?nti'tlt.ti arld 1110dLit tlttil iffiVnttlrr arty
,1t'ailalllta.
• lift!!!111!'ll'i!Sit l,i't11('ct Sltt",,Lltlt 11111!?111 11;tll,rt'Sh alllil tYt)Yl�tti rC"ttlt't`tlnt and all 1551.1cs.
• `xnllvrt'ist'and ni maity t onstrut tim-i site actit lticq.
• 1.*Id iltinlcrotlS llrt)lrt-t Etll'Iota]l'ealttlr4 with 11alAs lttr renovation,L Ivan out and 1110 illtell,111t.0
of listed 111-ol,t'rtitas.
• Hill holli' llroje(AS Managing,teem to nivet budget and titno(:ons1ra wLS
• Maintain yard.1,111d:,iallcx tltasign ani! I11ainti'nal1w.pool and Ivntiiig for regular resideritial Comment(PD11,
a11L1 ltiil illlt'S i t 1tt'11lL�lC
Exhibit "A"
THOMAS J DUKES
E&T MASONRY CONSTRUCTION& REMODELING CO. LLC
P.O. BOX 581
ROUND ROCK, TX 78680
512-272-4551 OFFICE/512-272-4546 FAX
512-748-8465 MOBILE
Email: tomC*)etmasonry.com
PROFESSIONAL SUM
Qualifications: I and my Company have strong experience&vast knowledge of
construction& remodeling in both commercial and residential; coupled with
knowledge and experience in all fields of maintenance. E&T can serve on a
project, as a General or Sub-Contractor.
> Forty years(40)+ industry experience in both commercial and residential
construction and repairs
Forty years(40)+ in construction& masonry work experience
* New construction
* Remodels(including kitchens; bathrooms&entries)
* Retaining Walls, etc.
Extensive restoration/remodeling experience
> Professional Home&Commercial Inspector experience
Certified contractor for HUD, Historic Society and City Municipalities
> Two years of training in industrial machinery
E&T is equipped with skilled:
o Masons(masonry of all "s)
o Concrete
o Hauling
o Fencing(wood; metal& masonry)
o Tile& Flooring
o Electricians
o Plumbers
o Painters
o Licensed HVAC
o Lawn care& landscaping maintenance(including stone edgings)&
Licensed sprinkler design and installation
o Roofers
o Security(alarm)installers
o Carpentry experts
Thomas J. Dukes Exhibit "A"
E&T Masonry&Construction& Remodeling Co. LLC
P.O. Box 581
Round Rock,TX 78681
512-272-4551 Office/512-272-4546 Fax/512-748-8465 Mobile
tom@etmasonry.com
EDUCATION:
2005 Training at All-Lines Training&Licensed as a Catadjuster in Texas
1987 HUB Certification as a Contractor-Recertified 2010
1985 Texas Certification as Roofing Contractor
1984 Certified by City of Austin as a Minority Contractor
2011 Re-certified by City of Austin as Minority Contrator
1968-69 Special training in Building Methods&Techniques
1962 Graduate of Rochester Trade School-Degree in Building Trades
1962 Graduate of Edison Tech-Degree in Machinery
EMPLOYMENT:
1971-Present: General Contractor,E&T Masonry Construction&Remodeling Co
Handling all estimating and bidding process for all Projects awarded to E&T.
Complete inspections done on all projects/properties-residential and commercial.
Handle new construction of residential&commercial projects/properties,as well
as restorationsiremodeling of existing properties. My contract work includes:
masonry(at1 types);etectdcal;plumbing;insulation;air conditioning;
foundation;roofing;wiring;carpentry;landscaping;etc.
1967-1971 Foreman,Werner Spitz Co.,Rochester,New York
Duties included Brick Mason;laborer and promoted to foreman-overseeing the
completion of various building projects in the City of New York.
Here are a few of the projects I have completed:
2017 Forest Creek HOA(Masonry Fencing Project)
2017 Various Masonry-AISD Projects
2017 Austin Waterwaste Treatment Plant Project
2015-2016 Austin ISD Projects
2014 BHR Garver(5th Street Rehabilitation)-Masonry
2013 (Last 15+years-several University of Texas Projects)
2013 P S Property Management(Fencing wood&masonry)City of Round Rock
2013-2015 ABTA East Terminal Improvements
2012 Rhabb Park(City of Round Rock)
2012 BJ Resturants(several in Central Texas(Terra Nova Industries)
2011 Wells Branch Elementary School Renovation-Masonry Work
2011 Pike Energy-Concrete;lawn care.Etc.
2011 ASD Consultants Inc-Masonry work for City of Austin Fire Sub Stations
2010 ASD Consultants Inc-Masonry work for City of Austin Fire Sub Stations
2009 Residential Home of Ralph&Sharon Brewer(various remodeling&carpentry)
2009 Residential home of Falons(Brick&structural repair)
2
2009-08 Residential home of XW &1a ,(Total home renovation-plumbing;
electrical wiring;etc)
PROJECT REFERENCES CON'T:
2009 LBJ Library Renovation -masonry work
2008 Various Remodeling&Maintenance Jobs
2008 Various Residential Roofing Jobs
2008-2007 Texas University Renovation-Garrison Hall
2006 Renovations/Restoration for Residential Historical District for the City of Austin
2006 Lott Park Project for MAC Construction
2005-04 Girls Scouts of America USA
1999-2001 The Lakeway Inn Hotel&Convention Center(site work&etc)
1999 Austin Bergstrom Airport Main Terminal City of Austin(masonry work)
1999 Red Rock School,Red Rock,Texas(masonry work)
1993 Renovation at President Johnson Boyhood Home&Library
1991-1990 Austin Convention Center-All of the masonry work
REFERENCES:
Hensel Phelps Warden Construction
Joshua Barth Sherri Snowden
Austin,TX 78719
512-530-6450
Rick 2ilem Chad Stewart
P S Properties Management Co. Inc Pike Energy
3705 Pine Vista 512-369-1697
Pflugerville,TX 78560
512-251-6188
Spaw Glass Contractors MAC Construction
Kevin Cousin Brad Bechtol
1111 Smith Rd. 512-350-3767
Austin,TX
512-719-5251
Raymond Estock Carl Daywood Realtor
Century Business 600 Sabine
Liberty Hill,TX Austin,TX 78701
512-515-0829 512-474-8845
Parshall&Associates Architect Austin Convention Center
Ruth Parshall Joe Guerro
916 W 3(dSt. 500 E. Cesar Chavez
Austin,TX 78703 Austin,TX 78701
512477-1696 5124044000
3
Exhibit "A"
Ralph&Sharon Brewer
2703 Emerald Hill Dr
Round Rock, TX
Gilbert Bolding
Project Manager
STR Constructors, Ltd.
(512)515-0254
Mike Psencik
Matous Construction
ExhibIt "A"
GLENN REGAR TEXAS COMPTROLLER CP 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 (lie 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 prof le is listed in the State of Texas HUB Directory and may be viewed
online at https'f/mycpa.cpa state.tx.usitpasscmblsearchlirtdex.3sp. Provided that your company continues to remain certified with the CO
and they determine that your company continues to meet HUB eligibility requirements. the attached HUB certificate is valid for the time
period specified
Yau must notify the COA in writing of any changes affecting your company's compliance with the HUB eligibility requirements. nrludirg
changes in ownership, day-to-day management. control and/or principal place of business. Note.Any changes made to your cornpany s
information may require the COA and/or the HUB Program to r>~-evaluate your company s eligibility. Failure to remain certified +,itti the
CCA and/or failure to notify them of any changes affecting your company's compliance with HUB eligibility requirements,may result in the
revocalion of your company's certification.
Please visit our website at http•//comptroller,texas.gov/procurement/prog1hub/ 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 Program' 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/1/ID Number 1160985876300
File/Vendor Number 10200
Approval Date 13-MAR-2018
HUB Scheduled Expiration Date: 13-MAR-2021
.+b�.Gor}y tr�a. t�w ttoq�rr+i
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
E &T MASONRY CONSTRUCTION & FREIi ODELING C
has successfully met the: established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be
recocnized as a HUB.This certificate..printed 16-MAR-2018,supersedes any registration and certificate previously issued by'lie 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 COAs program, you must immediately(within 30 days of such changes)notify the COAs program in
writing. The CPA reserves the Fight 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 rernain certified in the COA's program. you must apply and
become certified through the State of Texas HUB program to maintain your HUB certification.
Laura Cagle-H/nolosa.Statewide HUB Prutyram Marlalger
Statewide Support Services Division
Note In order for State atdencies and institutions of higher education(universities)to be credited for utilizing this business as a HUB,they must award
iaaVneent under the Certificate/VID Number identified above. Agencies:.univemiMs and prime contractors are encouraged to venfy the cornpany"s HUB
certircation prior to issuing a notice of award by accessing the Internet(littps:ilmycpa.cpa.stato.tx.us/tposacmblsearch/indox.jsp)or by contacting
the HUB Program at 512463-5872 or toil-free in Texas at 1-$88-863.5881.
•L It
ROUND ROCK TEXAS
CITY OF ROUND ROCK
INVITATION FOR BID
FOR
MASONRY SERVICES
SOLICITATION NO.IFB-18-008
IFB No. 18-008 Addendum No.2 Date: April 18, 2018
Addendum No. 2, dated April 18, 2018, is being issued to extend the bid opening date for IFS
No. 18-008—Masonry Services as outlined below;
CHANGE BID OPENING DATE FROM: APRIL 18, 2018 @ 3:00 P.M.
CHANGE BID OPENING DATE TO: APRIL 25, 2018 @ 3:00 P.M.
Approved by: `i .c� - Date: O* _
Michael Schurwon,CTPM,CPPB
Purchaser
By the signatures affixed below this addendum is hereby incorporated into and made a part of
the above referenced solicitation.
ACKNOWLEDGED
1&r� z/-z5-/A'
Vendor Authorized Signature ate
RETURN ONE 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.
Page l of 1
..�,►A►►
jptRIG�IJND ROCK TEXAS
uaum cmuor
CITY OF ROUND ROCK
INVITATION FOR BID
IFB NO. 18-008
MASONRY SERVICES
IFB No. 18-008 Addendum No.1 Date: March 29,2018
Addendum No. 1, dated Thursday, March 29, 2018, is being issued to make the following
correction regarding the pre-bid meeting for IFB No. 18-008 — Masonry Services, as outlined
below:
The following change to Section 7. Pre-Bid Meeting statement is hereby being changed
from "Mandatory"to read"Optional"as outlined below:
CHANGE FROM: Section 7. PRE-BID MEETING: A pre-bid meeting will be conducted to
fully acquaint Respondents with the specifications and bid submittal requirements. The pre-bid
meeting will be conducted on the date specified in PART I Section 4-Schedule of Events.
7.1 Attendance at the pre-bid. meeting is "MANDATORY" Respondents shall sign-in at the pre-bid
meeting to document their attendance.
7.2 City of Round Rock
City Hall Council Chambers,1.1 Floor
221 East Main ST
Round Rock,Texas 78664
7.3 Respondents are strongly encouraged to bring a copy of the solicitation document with
them to the pre-bid meeting.
CHANGE TO: Section 7. PRE-BID MEETING: A pre-bid meeting will be conducted to fully
acquaint Respondents with the specifications and bid submittal requirements. The pre-bid
meeting will be conducted on the date specified in PART I Section 4-Schedule of Events.
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 City of Round Rock
City Hall Council Chambers,I"Floor
221 East Main ST
Round Rock,Texas 78664
7.3 Respondents are strongly encouraged to bring a copy of the solicitation document with
them to the pre-bid meeting.
Page I of 2
Exhibit "A"
CITY OF ROUND ROCK
INVITATION FOR BID
IFB NO. 18-008
MASONRY SERVICES
IFB No. 18-008 Addendum No. 1 Date: March 29, 2018
Approved by: _ "YY1.►-c.Q,tc�,�,.�' '� Date: Q3 ht ri/18,
Michael Schurwon,CPPB, CTPM
Purchaser
By the signatures affixed below this addendum is hereby incorporated into and made a part of
the above referenced solicitation.
A LEDGED
Vendor Authorized Signature Date
RETURN ONE 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.
Page 2 of 2