Contract - Texas Roofing Co - 11/20/2018 CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF GENERAL BUILDING CONSTRUCTION
TRADES SERVICES (ROOFING TRADE) FROM
TEXAS ROOFING CO., INC.
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 (roofing) 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 here�n aj the "Agreement," is made and entered into on this the ;20q_day of the
month of NdVt44&ja% 2018, by and between the CITY OF ROUND ROCK, TEXAS, a
home-rule rnTi icipality whose offices are located at 221 East Main Street, Round Rock, Texas
78664, referred to herein as the "City," and TEXAS ROOFING CO., INC., referred to herein as
"Texas Roofing," whose offices are located at 16809 Radholme Court, Round Rock, Texas
78664. 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 (roofing) 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 Texas Roofing; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods, and
City has selected the bid submitted by Texas Roofing; 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 Texas Roofing
whereby City is obligated to buy specified services and Texas Roofing is obligated to sell salve.
The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation
Number 18-018REBID (b) Texas Roofing's Response to IFB; (c) contract award; and (d) any
00409145/ss2
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) Texas Roofing'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. Texas Roofing means Texas Roofing Co., Inc. 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
tenn stated herein, or until tenninated or extended as provided herein.
B. The tenn of this Agreement shall be for sixty (60) months from the effective date
hereof.
C. Prices shall be finn 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 pennits, 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
Texas Roofing in writing and accompanied by the appropriate documentation to justify the
requested increase. Texas Roofing 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
tenninate this Agreement with or without cause or may elect to continue.
A ) 2
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Texas Roofing to supply the services as outlined in IFB Solicitation
Number 18-018REBID; and Response to IFB submitted by Texas Roofing, 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 Texas Roofing in its
Response to the IFB.
The services which are the subject matter of this Agreement are described in Exhibit "A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.01 ITEMS AWARDED
Only if, as, and when needed by City, roofing services are awarded to Texas Roofing in
accordance with bid items shown on Attachment A—Bid Sheet of Exhibit"A," as follows:
Roofing
Roofer Hourly Labor Rate $55.00 (no minimum hours)
Roofer Overtime Hourly Rate $65.00 (no minimum hours)
Roofer Helper Hourly Labor Rate $45.00 (no minimum hours)
Roofer Overtime Helper Hourly Labor Rate $55.00 (no minimum hours)
Materials (if on Cost-Plus basis)
Percentage Markup 10%
5.01 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 Texas Roofing.
B. Texas Roofing 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 Two
Hundred Twenty Thousand and No/100 Dollars ($220,000.00) per year for Texas Roofing's
services for a total not-to-exceed amount of One Mullion One Hundred Thousand and No/100
Dollars ($1,100,000.00) for the tenn of this Agreement.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Texas Roofing;
B. Purchase Order Number;
3
C. Description and quantity of items received; and
D. Delivery dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 27 1.101 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.
8.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to tenninate 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 tennination by
giving Texas Roofing a written notice of tennination at the end of its then-current fiscal year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by City to Texas Roofing 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
later. Texas Roofing 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 Texas Roofing, a contractor,
subcontractor, or supplier about the goods delivered or the service perfonned that causes the
payment to be late; or
There is a bona fide dispute between Texas Roofing and a subcontractor or between
a subcontractor and its supplier about the goods delivered or the service perfonned that causes
the payment to be late; or
�� 4
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.
10.01 GRATUITIES AND BRIBES
City may, by written notice to Texas Roofing, cancel this Agreement without incurring
any liability to Texas Roofing if it is detennined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Texas Roofing or its agents or
representatives to any City officer, employee or elected representative with respect to the
perfonnance of this Agreement. In addition, Texas Roofing may be subject to penalties stated in
Title 8 of the Texas Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Texas Roofing's charges.
12.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Texas Roofing cannot provide the services as specified, City reserves the right and
option to obtain salve from another source or supplier(s).
13.01 INSURANCE
Texas Roofing shall meet all requirements as stated in Part II, Section 2 of the attached
IFB Solicitation Number 18-018REBID.
14.01 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
5
15.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perfonn hereunder, then demand may be made to the other party for written
assurance of the intent to perfonn. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
16.01 DEFAULT
If Texas Roofing abandons or defaults hereunder and is a cause of City purchasing the
specified services elsewhere, Texas Roofing 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.
Texas Roofing shall be declared in default of this Agreement if it does any of the
following:
A. Fails to make any payrnent in full when due;
B. Fails to fully, timely and faithfully perforin 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.
17.01 TERMINATION AND SUSPENSION
A. City has the right to tenninate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Texas
Roofing.
B. In the event of any default by Texas Roofing, City has the right to tenninate this
Agreement for cause, upon ten (10) days' written notice to Texas Roofing.
C. Texas Roofing has the right to tenninate 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 tenninates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Texas Roofing, Texas
Roofing shall discontinue all services in connection with perfonnance 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,
Texas Roofing shall submit a statement showing in detail the goods and services satisfactorily
perfonned hereunder- to the date of termination. City shall then pay Texas Roofing that portion
1 6
of the charges, if undisputed. The parties agree that Texas Roofing is not entitled to
compensation for services it would have perfonned under the remaining teen of the Agreement
except as provided herein.
18.01 INDEMNIFICATION
Texas Roofing 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
Texas Roofing, or Texas Roofing's agents, employees or subcontractors, in the perfonnance of
Texas Roofing's obligations under this Agreement, no matter how, or to whole, such loss may
occur. Nothing herein shall be deemed to limit the rights of City or Texas Roofing (including,
but not limited to the right to seek contribution) against any third party who may be liable for an
indemnified claim.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Texas Roofing, 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. Texas Roofing 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 Stonn 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. Texas Roofing agrees to comply with the City's stonnwater
control measures, good housekeeping practices and any facility specific stonnwater management
operating procedures specific to a certain City facility. In addition, Texas Roofing 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 tenn of this contract. The signatory executing this Agreement on behalf of
Texas Roofing verifies Texas Roofing does not boycott Israel and will not boycott Israel during
the tenn of this Agreement.
7
K _�
20.01 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.
21.01 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 Texas Roofing:
Texas Roofing Co., Inc.
16809 Radholme Court
Round Rock, Texas 78664
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 Texas Roofing.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terns or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Texas Roofing 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.
8
-6t)
24.01 DISPUTE RESOLUTION
City and Texas Roofing hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute.
25.01 SEVERABILITY
u
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 detennined to
be void.
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Texas Roofing represents that it employs trained, experienced and
competent persons to perfonn all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be perfonned in a manner according to
generally accepted industry practices.
Time is of the Essence. Texas Roofing understands and agrees that time is of the essence
and that any failure of Texas Roofing to fiilfill obligations for each portion of this Agreement
within the agreed timeframes will constitute a material breach of this Agreement. Texas Roofing
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 Texas Roofing's failure to
perfonn 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 Texas Roofing shall be deemed in violation of this
Agreement if it is prevented from perfonning any of its obligations hereunder by reasons for
which it is not responsible as defined herein. However, notice of such impediment or delay in
perfonnance 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 salve instrument.
9
NN
IN WITNESS WHEREOF, City and Texas Roofing have executed this Agreement on the
dates indicated.
City of Round Ro , Texas Texas Roofing Co. nc
By: By:
Printed Name: Pri d Name: .-d /dS /✓ C
Title: Title: i/ /Q
Date Signed: Date Signed: —/3--��
For City, Attest:
By:
.. <2xw d Rbh�7
Sara L. White, City Clerk
For City, Approved as to Form:
By:� N L-r-1A
Stephan . Sheets, City Attorney
10
ROUND ROCK TEXAS
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.ro a n d ro c ktexa
INVITATION FOR BID (IFB)
ROOFING SERVICES
SOLICITATION NUMBER 18-018REBID
JUNE 2018
Fxhihit "A" �lj
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
PART I
GENERAL REQUIREMENTS
ROOFING SERVICES
PURPOSE: The City of Round Rock, herein after"the City' seeks an agreement with a qualified firm(s)to provide
on-site Roofing 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 $220,000 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.
2. Facilities that may require professional roofing 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 Page 5
and Insurance Requirements
Part III —Supplemental Terms and Conditions Pages 6-8
Part IV—Specifications Pages 9-12
Attachment A— Bid Sheet Page 13
Attachment B— Reference Sheet Page 14
Attachment C— Prevailing Wage Page 15
Attachment D— Respondent Questionnaire Page 16
4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact:
Yvonne Hopkins, CTPM
Purchaser, Purchasing Division
City of Round Rock
E-mail: Vhopkins(c-)-roundrocktexas.gov
Revised 10/17 Page 2 of 16
AA) 1=vhihi+ "A "
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
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 DATE
Solicitation released June 14, 2018
Deadline for submission of questions Friday, June 22, 2018 @ 5:OOPM, CST
City responses to questions or addendums Monday, June 25, 2018 @ 4:OOPM, CST
Deadline for submission of responses Friday, June 29, 2018 @ 3:OOPM, CST
All questions regarding the solicitation shall be submitted in writing by 5:OOPM, 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:
https://www.roundrocktexas.gov/departments/purchasing/
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:
https://www.roundrocktexas.gov/departments/purchasing/
6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
https://www.roundrocktexas.gov/departments/purchasing/ 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. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:OOPM, on the due date noted in
PART 1, 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
7.1 Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number,
due date and "DO NOT OPEN".
7.2 Facsimile or electronically transmitted responses are not acceptable.
7.3 Responses cannot be altered or amended after opening.
7.4 No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
7.5 The City will not be bound by any oral statement or offer made contrary to the written specifications.
7.6 Samples and/or copies shall be provided at the Respondent's expense, and shall become the property
of the City.
8. 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.
Revised 10/17 Page 3 of 16
Exhibit "A" JAJ
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
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 shall 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.
Y 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.
�= ADDENDUMS—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 signed and dated and returned with your sealed proposal
response to the Purchasing Office. Failure to do so may automatically disqualify your response from
consideration for award.
9. 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:
9.1 Purchase price;
9.2 Reputation of Respondent and of Respondent's goods and services;
9.3 Quality of the Respondent's goods and services;
9.4 The extent to which the goods and services meet the City's needs;
9.5 Respondent's past performance with the City;
9.6 The total long-term cost to the City to acquire the Respondent's goods or services;
9.7 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.
9.8 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 list—5 Points
o Company and individual work experience—25 Points
10. 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
Revised 10/17 Page 4 of 16
A J r:Nfk;k;+ " A "
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
10.1 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.
10.2 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.
11. 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 forml295.htm.
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 5 of 16
Exhibit "A"
��
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
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 Roofing
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 subcontract or otherwise engage subcontractors to perform
required services. The City seeks to do business directly with a company experienced in commercial Roofing
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 Waqe Rates are posted in Solicitation Documents for IFB No. 18-018REBID
Roofing 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 Roofing 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 6 of 16
lk J Pvhihi+ "A "
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
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.
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 7 of 16
11 11
Exhibit A
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
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:
https://www.roundrocktexas.gov/businesses/solicitations/
13. POST AWARD MEETING: The City and Successful Respndent(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: pdomin uez _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.
Revised 10/17 Page 8 of 16
�� Fxhihit "A"
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
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: pdominguez a.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 Roofing Services.
2.1 Services shall consist of repairs and miscellaneous projects.
2.2 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 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. The background check method will be
approved by the City in advance.
Revised 10/17 Page 9 of 16
Fxhihit "A"
��
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
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. ROOFER REQUIREMENTS: The following contains the minimum requirements and experience for Roofer
services required by the City. The Contractor shall ensure that all personnel are skilled and qualified to perform
the services as requested.
5.1 Roofer's License is required. Contractor shall provide Roofer's License with IFB submittal.
5.2 The functions shall include but not be limited to lay out projects, recommendations for solutions,and other
roofing work as described by the project manager.
5.3 Contractor shall be familiar with and have a working knowledge of all tools and equipment applicable to
the roofing trade, and have extensive knowledge of roofing materials and all standard commercial and
residential roofing systems.
5.4 Contractor must be able to work unsupervised and run a crew.
5.5 The Roofer shall have at least five (5) years' experience in commercial and residential roofing systems
and possess all the necessary tools required to complete projects specified by the 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.
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 7:00 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
Revised 10/17 Page 10 of 16
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
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 '/2)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 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 roofing material 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;
Revised 10/17 Page 11 of 16
Exhibit "A"
e,�
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
14.2 Date and time of arrival at worksite;
14.3 Time spent for repair;
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.
Revised 10/17 Page 12 of 16
�r� �vhihi+ " A "
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
ATTACHMENTA- BID SHEET
60 Points
1. ATTACHMENT A—BID SHEET is posted in Solicitation Documents for IFB No. 18-018REBID Roofing Services
in an Excel format on the City of Round Rock website at:
https://www.roundrocktexas.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://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.
Revised 10/17 Page 13 of 16
Fxhihit "A"
Attachment A - Bid Sheet
ROOFING SERVICES
IFB No. 18-018REBID
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. 18-018REBID Roofing 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$220,000 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. Description Unit Unit Cost
1 Roofer Regular Hourly Labor Rate Per Hour S55.00
Roofer Overtime Hourly Labor Rate
2 The overtime rate shall not exceed one and one half times(1 112) Per Hour $65.00
the regular hourly rate.
3 Roofer Helper Regular Hourly Labor Rate Per Hour $45
Roofer Helper Overtime Hourly Labor Rate.
4 The overtime rate shall not exceed one and one half times(1 '/z) Per Hour $55
the regular hourly rate.
Information Only.-
Prices
nly:Prices for Material shall be on a cost-plus basis. Percentage
5 The Percentage(%)if any,of markup will be: Markup 10%
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: Texas Roofing Co..Inc.
SIGNATURE OF AUTHORIZED REPRESENTATIVE:
v
PRINTED NAME: Robert Herbert
PHONE NUMBER: 512-252-8920 x21 I m:512-801-8596
EMAIL ADDRESS: robert(@texasroofing.com I service(aD.texas roofing.corn
!/}/" F X h i hietl o"A11
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/item.910-66
June 2018
ATTACHMENT B
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: IFB No. 18-018REBID
RESPONDENT'S NAME: Texas Roofing Co.,Inc. DATE: 7/10/2018
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 Austin ISD
Name of Contact Robert Ross
Title of Contact Construction Project Manager
E-Mail Address Robert.Ross@austinisd.org
Present Address 812 San Antonio Street
City, State, Zip Code Austin,Texas 78701
Telephone Number { 512 )962-2010 Fax Number: ( )
2. Company's Name Round Rock ISD
Name of Contact John Harrison
Title of Contact Roofing Project Manager
E-Mail Address john_harrison@roundrockisd.org
Present Address
City, State, Zip Code
Telephone Number ( 512 ) 294-5973 Fax Number: ( )
3. Company's Name LCRA
Name of Contact Steven Jarvis PE
Title of Contact Plant Operations Engineer
E-Mail Address steven.jarvis@lcra.org
Present Address pG Box 679000
City, State, Zip Code Austin,Texas 78767
Telephone Number ( 512 X80-8632 Fax Number: ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Revised 10/17 Page 14 of 16
Exhibit "A"
�>J
City of Round Rock
Roofing Services
IFB No. 18-018REBID
Class/Item:910-66
June 2018
ATTACHMENT C
PREVAILING WAGE
1. ATTACHMENT C — Prevailing Wage Rates are posted in Solicitation Documents for IFB No. 18-018REBID
Roofing 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 15 of 16
'AA Pvhihi+ " A "
ATTACHMENT C- PREVAILING WAGE
2016 ANNUAL TEXAS WORFORCE COMMISSION WAGE
Oda"
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 Hourl
y $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
Fxhihit „A"
w H 1
ATTACHMENT C- PREVAILING 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
ATTACHMENT C- PREVAILING 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
Exhibit "A"
City of Round Rock
Roofing Services
IFB No.18-018REBID
Class/item:910-66
June 2018
ATTACHMENT D
RESPONDENT QUESTIONNAIRE
40 Points
Name of Business:
Texas Roofing Co., Inc.
Physical Address of Headquarters (HQ): 16809 Radholme Court, Round Rock, TX 78664
Physical Address of Serving Branch:
(if different address from HQ) (same)
1. On a separate sheet of paper,describe types of training and development provided to staff and how often
staff receives training. (10 Points)
2. EQUIPMENT LIST: On a separate sheet of paper, provide a comprehensive and detailed list of the types
of vehicles and equipment that will be used to support this Roofing contract. (5 Points)
3. Provide the number of full time employees that are eligible to work on City of Round Rock projects:
Number of Employees: 55
4. How many years has your company been in the Commercial Roofing Business?
Number of years in the commercial 23 in Austin (Co. started 1935 in Lubbock)
Roofing 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 Roofing Services.
• Individual Work Experience: Include the resume of the owner and lead personnel as well as supporting
documentation as applicable; such as certifications, roofers license and years of experience.
Revised 10/17 Page 16 of 16
Exhihit "A"
TEXAS
ROOFING CO.
Texas Roofing training and development includes but is not limited to the following:
• 10-Hour OSHA training
• 30-Hour OSHA training for Foremen and Superintendents
Ladder Safety
Back Safety
• Fall Protection
• New Hire orientation
• Equipment Certification as appropriate (no TRC employee without proper certification is
allowed to operate a skylift, for example)
• Additional job specific training as appropriate, including Torch certification for anyone who will
need to use a torch, etc.
16809 Radholme Court I Round Rock,TX 78664 1 P.512.252.8920 F. 512.252.8923
Exhibit "A"
��
TEXAS EQUIPMENT LIST 1 of 1
ROOFING CO.
EQUIPMENT OWNED/LEASED COMMITTED ELSEWHERE
Forklifts (5) Owned No
Tear Off Machine Owned No
Generators (numerous) Owned No
Pick-Up Trucks (30) Owned No
Trailers (2 dump, 2 flat) Owned No
Trash Box (used w/forklift to
remove trash from roof) Owned No
Roof Cutters Owned No
4-Wheel Insulation Carts Owned No
Hand-Heid Propane Torches Owned No
Misc. Hand tools (drills, saws, etc.) Owned No
Electronic Sheet Metal Break(2) Owned No
Electronic Sheet Metal Shear(2) Owned No
Misc.Sheet Metal Quipment for
fabrication & installation Owned No
Computer Numerical Control
(CNC) Router Owned No
a'v
Pl-'XAS MAJOR COMPLETED PROJECTS
tt OFINr, (,0. p.1 of 6
PAST 2 YEARS 1-y'
Contact Name& Final Date of General Contact Name SQ&
Project Name Address Owner/Address Number Architect&# Contract Completion Contractor &# Scope Manuf
Sylvia Cancino,AIA, Matt Briggs,Asst.PM
NCARB,LEED GA CADENCE McSHANE mbriggs@cadencemc
Stantec Architecture CONSTRUCTION,LLC shane.com Derbigum
2551 TX 337 loop
New Braunfels High& New Braunfels,TX New Braunfels ISD 3001 Bee Caves Road, 12708 Riata Vista Circle, m:512-592-0721 RR: 1821 SQ
Stadium(New Braunfels 78130 430 W.Mill Street
Suite 300 Austin TX Ste.A-103 Justin Jones,Sr.PM Modified, PAC-CLAD:ISD Nigh School$ P:830.627.6000 New Braunfels,TX 78130 78746.5590
$2,373,051 9/30/2017 Austin,TX 78727 jjones@cadencemcsh Standing 1116 SQ SS
Stadium Renovation) F:830-627-6001 830.643-5700 Phone:(512)867-6020 Sub.Contract P 7202- ane.com Seam,Wall 20 SQ Wall
Cell:(512)701-4713 07015 Jordan Learning, Panels Panels
Fax:(512)867-6001 Supt. 20 SQ Soffit
Sylvia.Cancino@stantec. jleaming@cadencem
com cshane.com
PH:Sonne Person
sperson@bartiettcoc
O'Connell Robertson Bartlett Cocke GC ke.com
811 Barton Springs m:512-689-8662
12400 Mellow Meadows Barry Sikes Road,Suite 900 7901 East Riverside Dr. Angela Hart
894 SQ
Round Rock ISD Bldg.2,Ste.100 g
Dr. Barry—sikes@roundroc Austin,Texas 78704 ahart@bartlettcocke.
Westwood High School Austin,TX 78750 16255 Great Oaks Dr.600 kisd.or Austin,TX 78744 Derbigum,
Phase 3 Renovations Round Rock,TX 78681 g p:512.478.7286 $1,580,935 8/11/2017 0:512-326-4223 com RR:Modified PAC-CLAD
512-464-5953 f:512.478.7441 F:512-326-3990 Jimmie Howell SMFT
Rob Hudock
jhowell@bartlettcock
210-224-6032 e.com
Leo Castro
Lcastro@bartlettcock
e.com
PAC-CLAD:
HWP Wall
Panels—24S
PBK Architecture American Constructors, SQ
New:
Pflugerville ISD
9442 Capital of Texas Inc' SP/TPO, Flush Panels
Pflugerville High School
16821 Weiss Lane Highway Ste.680 p:512-328-2026 Prefin Metal PM:Brian Garland —210 SQ
2021 Crystal Bend R.
Pflugerville,TX 78660 Austin,TX 78759 $3,004,564 7/30/2017 f:512-328-2520 bgarland@acitexas.c Standing
#4 Pflugerville,TX 78660 0:512-340.0676 / / 119DO West Parmer Ln., om Roofing, Seam Rfg—
Ste.200 Metal WP, 386 SQ
f:512-372-3467 Roof hatch/
Cedar Park,TX 78613
smoke vents
Carlisle SP:
2758 SQ
ACM Panels:
76 SQ
TEXAS MAJOR COMPLETED PROJECTS
100FIN(; ccs. p.2 of 6
PAST 2 YEARS
Contact Name& Final Date of General Contact Name SQ&
Project Name Address Owner/Address Number Architect&# Contract Completion Contractor &# Scope Manuf
Modifed Roof
over steel
American Constructors, 4/8/15 new PM:Dustin deck w/20-
Jimmy Disler Inc, Wiegers; Year NDL
Jimmy.Disler@leander Pfluger Architects;209 dwiegers@acitexas.com Warranty;93
Leander High School 46, Leander ISD;204 South p:512 328 2026 SQ over
Pkgs.1,2,3,4(Tom Street;P.O.Box 218; $2954,324 8/1/2016 Cor
1320 Collaborative Way, isd.org E.Riverside,Austin TX f:512-328-2520 :orey Taylor;y Taylor;3.7107;PM: New:Mod, Structural
Glenn HS) Leander,TX 78646 ,
Leander TX 78641 78704;512-476-4040;f: 4330 Gaines Ranch Loop, Metal WP Concrete
ctaylor@acitexas.com;
512-570-0000;f:512- 512-476-4289 #230 Dir:Joe Charlton; Deck;175 5Q
570-0054 Austin,TX 78735 jcharlton@acitexas.com JM Composite
OSB over
Tectum Deck;
1121 SQ
McElroy
Cooper Elementary Huckabee
1921 NE Inner Loop, 11501 Alterra Parkway,
78626 Bldg.7,Ste.120
High School PAC&Field Austin,TX 78758
Braun&Butler 1354 SQ
House Derbigum
Georgetown ISD P:512-428-8958
715 Discovery Blvd.,Ste. PM:Matt Harton
Georgetown ISD MULTI 603 lakeway Drive F:512-582-8599 109 mharton@braun- RR:Mod, Mod Bit;593
2211 N.Austin Ave., Q
CAMPUS HVAC&ROOF Georgetown,TX 78628 $2,242.030 8/11/2017 Cedar Park,7X 78613 butler.com TPO S JM TPO;
REPLACEMENTS 2017 78626 512-943-5000(ph) 800 687-1229 1026 SQJM
Pickett Elementary o:512-837-2882 m:512-574-4595
512-943 5002(f) Mod Bit;PAC
11GOThousand Oaks
ARMKO Industries,Inc. F:512-837-5115
Blvd.,78628 (consultant) CLAD SMFT
Tippet Middle School Mike Perry
1601 Leander Rd., mperry@armko.com
Z8628 (21111633-1258(o)
Randy Ehler Arch/Consulting
Project Manager, Engineer
Round Rock ISD Construction WJE—Wiss,Janney,
500 Oakridge 1311 Round Rock Ave.
Round Rock ISD Elstner Associates,Inc. Dallas Goodman
512.252-8920
Chisholm Trail Middle Round Rock,TX 78681 Round Rock,TX 78681 16255 Great Oaks 9511 N.Lake Creek
Drive,Ste.600 Parkwaydallas@texas roofing. JM,PAC-
School Roof Replacement 512-464-5010 $1,953,680 8/15/2016 Texas Roofing RR:Mod,WP CLAD
Fax:512-464-5090
Round Rock,TX 78681 Austin,TX 78717 com
512.464.5015 512-257-4800
randy_ehler@roundro 512-219.9883-If
ckisd.org Alonso Caro Jr.
ACaroJr@wje.com
rt-.XAS MAJOR COMPLETED PROJECTS
Roos f N(- cp.3 of 6 dC
o. PAST 2 YEARS
Contact Name& Final Date of General Contact Name SQ&
Project Name Address Owner/Address Number Architect&# Contract Completion Contractor &# Scope Manuf
Will Romo,PE
Balfour Beatty M:214-470-6170
Perkins+Will wromo@Balfourbeatt JM 1015 SQ
Manor ISD 9600 Great Hills Trail, 1250512-651-327SS Cap. us.com
14832 FM973 P:512-278-4000 1250 50.Cap.Of TX Hwy. Y Mod
10335 US Hwy 290E Ste.320W Ben Wittman,PM New:Mod, JM 280 SQ
Manor Senior High School Manor,TX 78653 F:512-278-4017 $1,643,000 8/11/2017 Bldg.1,Ste.250
Manor,TX 78653 Austin,TX 78759 bwittman@balfourbe PVC PVC
512-997-5261 Austin,TX 78746
f:512-445-2434 attyus.com PAC CLAD
Scott German,Sr.PM SMFT
sgerman@balfourbea
ttyus.com
American Constructors,
KIPP Austin Ride Inc.
B STG Design,Inc.
8509 FM 969 g p:512-328-2026 Corey Taylor
Buildings 616,617,627,
Campus 2016-17 Phase III KIPP Austin Public Schools 828 West 6th St.,Ste. f:512-328-2520 512-740-6158
Renovations 8509 FM 969,Bldg.512 300 $1,589,855 7/19/2017 r Ln., cta 609 SQ
628&629 11900 West ParmeYlor@acitexas.co RR:SP
Buildings 616,617,627, Austin,TX 78724 Austin,TX 78724 Austin,TX 78703 m Carlisle TPp
628&629 512-899-350D Ste.200
Cedar Park,TX 78613
PM:Melissa Marwitz
Page Southerland Page, mmarwitz@henselphelp
LLP;1800 Main St.Ste.123; s.com
1815 TrinityStreet,Austin, Hensel Phelps Jesse S.Pina,Ofc.En
Dallas,TX 75201;214-522- g•
Board of Regents of the Construction Co.
UT Dell Medical School �78701(Jobsite FedEX) 3900;f:214-552-4380; 512-201-2956(direct)
University of Texas System; 8326 Cross Park Dr. Clayton JM Modified
101.7728•DdI Medlralschool- (Jobslte Mall:P.O.Box www.pspaec.com;Zimmer yton Alley
702 Colorado Street,Ste. $1,342,911 5 Roof System;
StageBRrzean:hBuilding- 1389,Austin,TX 78767] Gunsul frasca Architects /30/2017 Austin,TX 78754 Office Engineer New:Mod
7013111 Research Bldg:1701 Trinity 4.100;Austin,Texas 78701 o:512-834-9848 cailey@henselphelps.co Bilco Roof
y (512)499-4200 LLP;515 South Flower St., Hatch
St.,Austin,TX 78701 Ste.3700;Los Angeles,CA f:512-834-9844 m
90071;T 213.617-1901;F Austin Brooks Mvd on)
213-617-0047 abrooks@henselphelps.
com
American Constructors, Corey Taylor;512-740 1730 SQ GAF
KIPP Austin North Inc. 6158; Single Ply
Campus Renovations KIPP Austin Public School; STG Design,Inc.;828 p:512-328-2026 ctaylor@acitexas.co Roof;PAC-
(KIPP AustinPublic School 8509 FM 969,bldg,512, $1,302,921 7/8/2016 m
8004 Cameron Road, West 6th St.,Ste.300; f:512-328-2520 RR:SP,Roof CLAD
Phase 1 of;North Campus Austin,TX 78754 Austin,TX 78724 Austin,TX 78703;512- 4330 Gaines Ranch Loop, Lisa Collins,Admin. Hatch Standing
(Pkg.1,2&Kitchen))
899-3500 U230 8889admin@acitexas Seam Metal
Austin,TX 78735 com Roof;Bilco
512-784-7265 Roof Hatch
rFXAS MAJOR COMPLETED PROJECTS
p.4 of 6
[toottHc. GO. PAST 2 YEARS
Contact Name& Final Date of General Contact Name SQ&
Project Name Address Owner/Address Number Architect&# Contract Completion Contractor &# Scope Manuf
PE:Bunde Walker 284 SQ
bwalker@austin- Carlisle TPO
ind.com over flat
m:512-535-8754 concrete
PM:Joe Thompson decks;231
Joseph E.Rabun,AIA;44 Austin Commercial;o: jthompson@austin- New:SP, SQTPOover
Sheraton Georgetown 1101 Woodlawn Ave., Hines Georgetown Hotel LLC; Broad Street NW,Ste. 512-306-9880;f:512-306-ind.com Roof flat steel
(Georgetown Hotel& 811 Main Street,Ste.4100, 300;Atlanta,GA 30303; $1,264,741 9/16/2016 1180;1301 So.MoPac m:512-626-5526 Hatches, decks;190
Georgetown,TX 78628 Expway,Ste.310,Austin, Asst.PM Zach Equip SQ Carlisle
Conference Center) Houston,Tx 77002 p:404-522-9455;f:404-
522-9454 78746 Vercher Screens TPD over
M:512-517-5337 Sloped Steel
zvercher@austin- Deck;Roof
ind.com Hatches,
Equip
Screens
Eanes ISD Ms.Sylvie Pouget Arch&Consultant:
601 Camp Craft Road Purchasing Coord. ARMKO Industries,Inc.
Austin,TX 78746 512-732-9000 1320 Spinks Road Arch&Consultant: Mike Perry industries,
r
1314 Patterson Lane Flower Mound,TX mperry@armko.com
Barton Creek Elements Austin,TX 78733 PM:Jeremy Trimble, Mike Per 1320 Spinks Road 850 SQ
Elementary Y Perry $1,129,500 8/14/2016 Flower Mound,TX 281-633-1258 RR:Mad
Exec.Dir.Of Facility mperry@armko.corn M?281-354-4774 Derbigum
1110 Westbank Drive,Ste. Operations 281-633-1258
B jtrimble@eanesisd.net M?281-354-4774
Austin,TX 78746
Stantec—Architect
3001 Bee Caves Rd.,Ste.
Joeris General
300 Contractors PM:Jeff Fuller
Manor New Tech MS-
Manor ISD Austin,TX 78746 9211 Waterford Centre P:512-278-4000 fuller@JoACM:45 SQ
11216 Joyce Turner Dr. 10335 U5 Hwy 290E Tavo Re es Blvd,Ste.150 Tony New:Mod
PAC-CLAD
Roofing and Metal Wall F:512-278-4017 y Asst,PM:Tony Bit,Meta & Roof Panels:
Panels
Manor,Texas 78653 Manor,TX 78653 512-867-6000 $1,120,000 8/18/2017 Austin,TX 78758 Moreno Wal!&Roof
Tavo.reyes@stantec.co 512-920-D338 6.5 SQ
Fax:512-920-0339 tmoreno@Joeris.com Panels JM 625 SQ
m
Barnes Gromatzky Chris Moyes,PM
Kosarek Architects Flintco,LLC D:512-822-7393
1508 West 5th St.,Ste. 8100 Cross Park Dr. M:512-848-2890
ACC Highland Campus- 6101 Airport Blvd.,Bldg. Austin Community College cmoyes@fllntco.com
Phase 2,Building4000 Re-4000 9101 Tuscan Way Austin,TX 78754-5249
Y Y AuOstin,TX 78703 $1,023,79b 8/18/2017 0:512-891-7224 Fernando Martinez, RR:Modified USP-875 SQ
Roof Austin,TX 78752 Austin,TX 78754 512-476-7133 f:512-891-7229 Supt.
F:512-478-2624 SubCon,a 15078.010-DD4 M:512-203-8790
fmartinez@flintco.co
m
TEXAS MAJOR COMPLETED PROJECTS
ROOFING: c:O. p.5 of 6
PAST 2 YEARS
Contact Name& Final Date of General Contact Name SQ&
Project Name Address Owner/Address Number Architect&# Contract Completion Contractor &# Scope Manuf
Jeremy Morford,
Flintco,LLC LEED AP PM; 160 SQ
UT TACC Ofc.Bldg.(The 10100 Burnet Road Board of Regents of the O'Connell Robertson; 8100 Cross Park Dr. Jmorford@flintco.co Derbigum
University of Texas- (118700),Austin,TX University of Texas System; 811 Barton Springs,Ste. Austin TX
Metal Panels TX 78754-5249 m;m:512-844-7967; New:Mod, Modified
Advanced Computing 78758(J.J.Pickle 900;Austin,TX 78704; o:
702 Colorado Street,Ste, $832,269 4/28/201fi Safety Coord: Roof over
4.100;Austin,Texas 78701 Neil.briscoe@flintco. steel deck;
Building(ACB)] Research Campus) (512)499-4200 512-478-7286 f:512-891-7229 corn& Metal Wall&
brian.prince@flintco. Soffit Panels
corn;
Earl Swensson
St.David's North Austin St.David's Healthcare Associates,Inc.;92100 $865DPR Construction PM:Dave Kloubec;
,332
Medical Center 12221 MoPac Partnership,L.P.LLP dba west End Ave.Ste. 9606 MoPac Expressway m:512-369-2787;
Antepartum :5383,644.58 10/30/2014 Expansion, Expressway No.,Austin, No.Austin Med.Ctr.; 1200,Vanderbilt Plaza; A N.,Ste.300 davidk@dpr.com
New:Single Car SQ
AustinTX 78759 Ross Smith ply Carlisle,PAC-
,
NICU Add,Surgery Shell TX 78758 12221 MoPacExpressway Nashville,TN 32703; NICU:$296,882 CLAD Kynar
(NAMC) No.,Austin,TX 78758 Richard L.Miller;615- 55:$184,805 P:512-345-7699 m:512-844-0151
329-9445 F:512-345-8230 ross@dpr.com
PE Lauren Blodgett
Arch:BLGY Architecture Iblodgett@balfourbe
2204 Forbes Dr.Ste.101 attyus.com
Austin,TX 78754 Balfour Beatty m:301-606-3308
Round Rock ISD
1311 Round Rock Ave. 512.977-0390 512-651-3275 PM Scott German New:
RRISD Elementary 934- USP SBS 779
2800 Sauls Drive Round Rock,TX 78681250 50.Cap.Of TX Hwy.wY• sgerman@balfourbea Mod SQ
Joe Lee Johnson
Elementary Fax:512-464-5090 Consultants Austin,TX 78746 m:512-608.8194 Roof Access.Austech Roof $793,865 9/15/2016 Bldg.1,Ste.250 ttyus.com
SP/TPO
Carlisle PVC
Austin,TX 78728 512-464-5010 —5 SQ
2312 Western Trails Supt Sam Toifl
Blvd, stoifl@balfourbeatty
Austin,TX 78745 us.com
512.443-7255 m 512-962.8583
Brian Bolden
832-647-4944(m)
brian.bolden@bswhe Carlisle TPO
Scott&White Memorial HKS,Inc. Medco alth.org —42+285
Baylor Scott&White 2901 Oakmont Hospital 350 North St.Paul 4005 Crutcher Street,Ste. Nicholas Morrow SQ
Metal Wail New:TPO,
l
Round Rock Specialty Round Rock,TX 78665 2401 South 31st Street Street,Ste.100 $743,941 8/10/2017 20D Nicholas.morrow@bs Dallas,TX 75246 whealth.org PAC-CLAD
Clinic(Cancer Center) Temple,TX 76508 Dallas,TX 75201-4240 Panels M42 Wall
Lexy Turner Panels-700
Lexy.turner@bswheal LF
th.org
TIi,XAS MAJOR COMPLETED PROJECTS6 of 6
KOOE:INC CO. P
PAST 2 YEARS
Contact Name& Final Date of General Contact Name SQ&
Project Name Address Owner/Address Number Architect&!f Contract Completion Contractor &# Scope Manuf
Sr.PM:Sean Stevens
512-845-1216
sstevens@bartlettcoc
ke.com
Huckabee PM:Trent Bales
11501 Alterra Parkway, Bartlett Cocke General 512-925-5102 Carlisle TPO
Bldg.7,Ste.120 New:SP —193 SQ
Pflugervi{le ISD Contractors tbales@bartlettcocke (TPO) PAC-CLAD
412 Swenson Farms Bill Clayton Austin,TX 78758 7901 E.Riverside Dr. Com
2021 Crystal Bend R. Metal Soffit Standing
Blvd. 512-594-0200 P:512-428-8958 Building 2,Suite 100 Asst PM:Chris Lewis
Pflugerville Stadium Pflugerville,TX 78660 Pflugerville,TX 78660 Bill.clayton@pfisd.net F:512-582-8599 $574,271 1/11/2017 Austin,Texas 78744 clewis@bartlettcocke
&WP Seam—199 800-687-1229 (512)466-1975 cell com 55 Roof 5Q
Daren Klrbo (512)326-4223 phone (512)466-1975 cell PAC-CLAD
817-377-2969 (512)326-3990 fax Asst PM:Joshua Flush Panels
Eckert —113 SQ
830.456-9059
jeckert@bartlettcock
e.com
342 Forest Lake Rd., Del Valle TX 78687
Phone 512.252.8920 Fax 512.252.8923
Robert Herbert
Work Experience:
2013—Present Texas Roofing Co., LP. Austin, TX
Service Operations Manager
1998 -2013 A. D. Willis Company Co. Austin, TX
Service Operations Manager
1993- 1998 River City Roofing Austin, TX
General Superintendent
1989- 1993 Sechrist Hall Austin, TX
Service Department
Association Affiliations:
RCAT—Roof Contractors Association of Texas
NRCA—National Roofing Contractors Association
MRCA—Midwest Roofing Contractors Association
Certifications:
Berridge Manufacturing Company Koppers
Carlisle Syntec Systems McElroy Metal
CertainTeed MBCI
Derbigum PAC-CLAD Petersen Aluminum
Firestone Building Products Performance Roof Systems
The Garland Company Sika Sarnafil
GAF Master Contractor Siplast
Fibertite Soprema '
Henry Vegetative Roofing Assembly Tamko Roofing Systems
Johns Manville US Ply, Inc.
References:
Mark Sharp, LCRA-512-845-9431
Robert Ross,AISD-512-962-2010
Ronald Bridges, Samsung—512-845-5479
Jim Whitten, Roofing Consultants-512-250-0999
Exhibit "A"
��
Jason L.Milliken
210 Valley Run Trail
Elgin,TX 78621
512-466-1181
512-285-4751
jason_milliken@austin.rr.com
Summary
Professional with fifteen years of commercial roofing experience and two years of manufacturing experience
Qualifications/Abilities
• Excellent communication skills. Particularly in the area of corresponding with owners, architects,
general contractors and roof consultants.
• Experience in built up roof,modified bitumen,TPO,FVC,standing seam,and tile roof systems.
• Experience in wall/soffit panels and sheet metal flashings and trim.
• Experience with Soprema,GAF,Firestone,Johns Manville,Tamko, US Ply,MBCI,Architectural
Building Components,Berridge,and Petersen Aluminum.
• Experience in project management,project supervision,estimating,submittals,shop drawings,
NDL warranties,purchasing materials,negotiations with subcontractors,accounting,AIA progress
pay applications,safety,service work(which includes leak investigation and repair/MEP
penetrations).
• Experience in LEED and projects requiring reflective roof systems.
• Excellent organizational skills.
• Experience in The Edge,Auto Cad,Microsoft Office,Computer Ease,Pro-Est Takeoff,and On-
Screen Takeoff.
Experience
2011 -Present
Texas Roofing Company—Austin,TX
COO &President/VP&General Manager/Project Manager/Estimator
2010
Beldon Roofing Company—San Antonio,TX
Sales/Estimating
• Roofing sales of all types but primarily concentrating on commercial.
• Completed training course using The Edge estimating software.
2001-2010
Pioneer Roof Systems-Pflugerville,TX
Operations Manager
Project Manager
Supervisor
Estimator
Accounting
• Instrumental in all aspects of growing the company (1.5 million— 12 million)
• Developed a system to track job progress starting with executing a contract to submitting close out
documents
• Completed a continuing education class in basic Auto Cad for the purpose of shop drawings
• Notable Projects:
Rackspace,San Antonio,TX—4500 square re-roof
Andrews,Sims,Clifton Center,Austin,TX—Re-roof of 3 AISD campuses
Lowes Distribution Center,Valdosta,GA—5500 square new addition
.Ad pY11O 11
hllt
1999-2001
IFCO Systems—San Antonio,Austin,and Hutto,l'X
Plant Manager
• Trained in all aspects of the operation including accounting, logistics,manufacturing(wooden
pallets)and outside sales at the San Antonio plant
• Transferred to Austin and managed the start up of a new plant servicing Dell Computer
• Assisted in building a new plant and moving the operation to Hutto,TX
• Plant was repeatedly ranked in the top 10 for performance in sales and profit out of approximately
100 locations nationwide
1994-1999
Mise Construction
Skilled Laborer
• Remodeling
• Painting
• Roofing
• Concrete
Education
1997
South Plains College, Levelland,TX
Commercial Music Curriculum
1995
Howard College,Big Spring,TX
Basic Course Curriculum
1994
Coahoma High School,Coahoma,TX
Exhibit "A"
��
920 O'Neil Ranch Road Phone 512 252 8920
Dripping Springs,TX 78620 Fax 512 252 8923
Gary Meares
Work experience 1995—Present Texas Roofing Co.. Austin, TX
Vice-President,Superintendent
1994- 1995 K& M Roofing Co. Austin, TX
Sheet Metal Superintendent
1984- 1994 Sechrist Hall Co. Austin, TX
General Superintendent
1980-1984 Beldon Roofing Austin, TX
Sheet Metal Superintendent
1976- 1980 Frontier Roofing Austin, TX
Sheet Metal Crew Foreman
References: Richard Poole
Ph Number 512-454-0400
Ad Pvh i hit "A"
Rick Birkman
Telephone: 512.252.8920
Fax: 512.252.8923
Email: rick@texasroofing.com
Work History: 1995-Present President Texas Roofing Co. Austin, Texas
1987-1995 President K& M Roofing Co. Austin, Texas
1985-1987 Inspector Austech Roofing Consultants Austin, Texas
1984-1985 Estimator Texas Roofing Co. Lubbock, Texas
1980-1984 Vice-President/Estimator Beldon Roofing Co. Austin, Texas
1979-1980 Estimator Frontier Roofing Co. EI Paso, Texas
Certifications: BURSI- February 1991
Formally RCAT Certification in Commercial and Residential Roofing #25
Industry Recognition: 2002 Curtis Blackwell Award Winner
Association Affiliations: Current Member-T&R Committee-MRCA
Former RCAT State President
Former NRCA Board Member
Former MRCA Board Member
Former ASA Board Member
Charitable Affiliations: 100 Club of Central Texas- Former Board Member
References: David Gardner 512.683.5458
Richard Poole 512.454.0400
Ken 011inger 512.443.7255
Fxhihit "A" ��►
1 r•�7
ROUND ROCK TEXAS
PUROIASING ONiSIG.'i
CITY OF ROUND ROCK
INVITATION FOR BID
IFB NO. 18-01BREBID - ROOFING SERVICES
IFB No. 18-018REBID Addendum No. 1 Date: June 29, 2018
Addendum No. 1, dated Friday, June 29, 2018, is being issued to extend the bid opening
date for IFB No. 18-018REBID — Roofing Services, as outlined below:
CHANGE BID OPENING DATE FROM: Friday June 29, 2018 @ 3:OOPM
CHANGE BID OPENING DATE TO: Thursday .July 12, 2018 @ 3:OOPM
Approved by: ?----------
Date
Yvonne Hopkins, CTPM
Purchaser
By the signatures affixed below this addendum is hereby incorporated into and made a part of the
above referenced solicitation.
ACKNOWLEDGED
Vendor guorizehiSign ure 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.
Paoc 1 of'Z
�Yh�hit D
ROUND ROCK TEXAS
PMCKAS xa afvnt"
Award Recommendation
To: Oscar Wise, CTCM
Contract Management
City of Round Rock
From: Chad McDowell
General Service irector
Building Construction and Facility Maintenance
RE: IFB No. 18-018REBID Roofing Services
Date: August 10, 2018
Invitation for Bids were solicited in accordance with IFB No.18-018REBID for Roofing Services for the City
of Round Rock—General Services Department,The IFB solicitation was advertised in the Austin American
Statesman newspaper and posted to the City of Round Rock website with the City receiving a total of one
(1)responsive and responsible bid response.
The City intends to award one contract based on the Best Value for the City.
An anticipated total contract award will be made by the City in an amount not to exceed$220,000 per year.
An evaluation team consisting of individuals with the City of Round Rock—General Services Department—
Building Construction and Facility Maintenance with expertise In this area, evaluated the Invitation For Bid
response and scored Texas Roofing Co., Inc. as the best company to provide these services, based on
best value criteria including the Bidder's overall cost,training and development,vehicle and equipment list,
company experience, individual experience,and roofing service experience.
Bidder with point distribution is listed below based on a total of 100 available points.
Bidder Total Score
Texas Roofing Co., Inc. 100 Points
The General Services Department—Building Construction and Facility Maintenance recommends an award
to Texas Roofing Co., Inc. based on the following: Best overall bid response in accordance with the
advertised evaluation criteria, highest points of 100 points to Texas Roofing Co., Inc. received during IFB
evaluation and scoring, and best contractor to provide the required Roofing Services for the City of Round
Rock.
Page 1 1 2
No Text
Recommended Vendor:
Texas Roofing Co.,Inc.
16809 Radholme Court
Round Rock,Texas 78664
Agreement Term: Five(5)Years
Annual Contract Amount:$220,000
Total Contract Amount: $1,100,000
Approvals:
Signed Name:
Printed Name: Chad McDowell
General Services Director
Building Construction and Facility Maintenance
�3 ��f�
Date:
(/,of
Signed Name, Purchasing ManagerObview
Printed Name: Teresa Reddy
Purchasing Manager
Finance
Date: Jx"
Page 2 1 2
No Text
IFB No.18-018REBID-Roofing Services
EVALUATION TEAM BID TABULATION
BID TABULATION VENDOR#1 VENDOR#2 VENDOR#3
IFB No:18-018REBID ;: r
TEXAS ROOFING CO.,Inc.
"
BID OPENING DATE 8 TIME: 16809 Radholme CourtRound Rock,TX 78664
7/19/2018 @ 3:OOPM Contact name:Robert Herbert wA. N/A
DESCRIPTION: Ph:512-252-8920,x21
Email:robert@texasroonng.com
Roofing Services-REBID
Item# Bid Item(s)Description Quantity UOM Unit Cost Quantity UOM Unit Cost Quantity UOM Unit Cost
1 Roofer Regular Hourly Labor Rate 1 Fir -
$ 55.00 1 FIf $ Hr $
Roofer Overtime Hourly Labor Rate
The overtime rate shall not exceed one and one half times(1'/,)the
2 regular hourly rate 1 Hr $ 65.00 1 Hr 1$ _1 fir :- $
3 Roofer Helper Regular Hourly Labor Rate 1 Hr $ 45.00 1 Hr $ 1 Hr $
- -
Roofer Helper Overtime Hourly Labor Rate.
The overtime rate shall not exceed one and one half times(1'/,)the
4 regular hourly rate 1 Hr $ 55.00 ( Hr, $ 1 Hr $
Information Only:
Prices for Material shall be on a cost-plus basis
5 The Percentage(%)if any,of markup will be. 10% % c
Labor Rate Average
(Evaluation Purposes Only) $ 55.00 $ $
Cost-60 Points 60
Attachment D-Questionaire
40 Points Total
Staff training and development-
10 Points Total 10
Vehicle and equipment list-
5 Points Total 5
Company and Individual work experience-
25 Points Total
25
Total Questionnaire Points 40
Total Score
Page 1 of 1
No Text
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
Z of 1
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos,1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
I Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business.
Texas Roofing Co.
2018-411797
Round Rock,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 10/08/2018
being filed.
City of Round Rock Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
18-018REBID
Roofing
3
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
5 Check only if there is NO Interested Party.
X
6 UNSWORN DECLARATION
My name is Ad—V/ and my date of birth is-4Z
My address is
{street) (city) -(state)-
(zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in ldG►V County, State of_ 'G ,� ,on the day of ,20
(month) (year)
�� I
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1A.6711
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business.
Texas Roofing Co.
2018-411797
Round Rock,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 10/08/2018
being filed.
City of Round Rock Date Acknowledged:
110/24/2018
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
18-018REBID
Roofing
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
5 Check only if there is NO Interested Party. ❑
X
6 UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711