R-2019-0436 - 11/14/2019 RESOLUTION NO. R-2019-0436
WHEREAS, the City of Round Rock ("City") desires to purchase carpet and tile flooring,
refinishing,polishing, grinding and staining services, and for related goods and services; and
WHEREAS, Chapter 271, Subchapter F of the Texas Local Government Code allows for local
governments to participate in cooperative purchasing programs with other local governments; and
WHEREAS, the Buy Board Cooperative Purchasing Program ("Buy Board") is a cooperative
purchasing program administered by the Texas Association of School Boards for the purpose of
procuring goods and services for its members; and
WHEREAS, the City is a member of Buy Board; and
WHEREAS, Ace Floor Solutions, LLC is an approved vendor of Buy Board; and
WHEREAS, the City desires to purchase said goods and services from Ace Floor Solutions,
LLC through Buy Board, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase of Carpet and Tile Flooring, Refinishing, Polishing, Grinding and Staining
Services with Ace Floor Solutions, LLC, a copy of said Agreement being attached hereto as Exhibit
"A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
0112.1902;00434725
RESOLVED this 14th day of November, 2019.
City of Round Rock, Te*xas,,
ATTEST:
qaw� .
SARA L. WHITE, City Clerk
2
EXHIBIT
„A„
CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF
CARPET AND TILE FLOORING,REFINISHING,POLISHING,
GRINDING AND STAINING SERVICES WITH
ACE FLOOR SOLUTIONS,LLC
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
This Agreement is for the purchase of carpet and tile flooring, refinishing, polishing,
grinding and staining services, and for related goods and services, and is referred to herein as the
"Agreement." This Agreement is made and entered into on this the _ _ day of the month of
, 2019, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule
municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664,
referred to herein as the "City," and ACE FLOOR SOLUTIONS, LLC, whose offices are
located at 4888 Whirlwind Drive, San Antonio, Texas, 78217, referred to herein as "Vendor."
This Agreement supersedes and replaces any previous agreement between the named parties,
whether oral or written,and whether or not established by custom and practice.
RECITALS:
WHEREAS, City desires to purchase carpet and tile flooring, refinishing, polishing,
grinding and staining services, and City desires to obtain said goods and services from Vendor;
and
WHEREAS, City is a member of the Buy Board Cooperative Purchasing Program ("Buy
Board") and Vendor is an approved Buy Board vendor through Buy Board Contract #561-18;
and
WHEREAS, City desires to purchase certain goods and services from Vendor through
Buy Board as set forth herein; 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:
0043067 Uss2
l
1.0 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City agrees to obtain specified goods and services and Vendor is obligated to provide specified
goods. This Agreement includes any exhibits, addenda, and/or amendments thereto.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Goods and Supplies mean the specified supplies, materials, commodities, or
equipment.
E. Vendor means Ace Floor Solutions,LLC,or any successors or assigns.
2.0 EFFECTIVE BATE; INITIAL TERM; ALLOWABLE RENEWALS
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by operation of the
term stated herein,or until terminated or extended as provided herein.
B. This Agreement shall expire on May 31, 2021.
3.0 SCOPE OF WORK
A. The goods and related services which are the subject matter of this Agreement are
described generally in the attached Exhibit"A."
B. This Agreement shall evidence the entire understanding and agreement between
the parties and shall supersede any prior proposals, correspondence or discussions.
C. Vendor shall satisfactorily provide all deliverables and services described in
Exhibit"A"within the contract term specified. A change in the Scope of Services or any term of
this Agreement, including bonding requirements, must be negotiated and agreed to in all relevant
details, and must be embodied in a valid Supplemental Agreement as described herein.
4.0 COSTS
A. City agrees to pay for goods and related services during the term of this
Agreement at the pricing set forth in Exhibit"A."
B. The City shall is authorized to pay the Services Provider an amount not-to-
exceed Two Hundred Forty Thousand and No/100 Dollars ($240,000.00) for the term of this
Agreement.
2
5.0 INVOICES
All invoices shall include, at a minimum,the following information:
I. Name and address of Vendor;
2. Purchase Order Number;
3. Description and quantity of items received; and
4. Delivery dates.
6.0 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then-current fiscal year.
7.0 PROMPT PAYMENT POLICY
Prompt Payment Act. In accordance with Chapter 2251, V.T.C.A., Texas Government
Code, any payment to be made by City to Vendor will be made within thirty (30)days of the date
City receives goods and services 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. Vendor may charge interest on an overdue payment at the "rate in
effect" on September 1 of the fiscal year in which the payment becornes 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:
1. There is a bona fide dispute between City and Vendor, a contractor,
subcontractor, or supplier about the goods delivered or the service performed that
cause the payment to be late; or
2. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
3. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds;or
4. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
3
8.0 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition,Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
9.0 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
10.0 INSURANCE
Vendor shall meet all City of Round Rock insurance requirements set forth at:
http://www.roundrocktexas.Iov/wi)-content/ui)loadsi2014/12,corr insurance 07.201 12.pdf.
11.0 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Chad McDowell
General Services
212 Commerce Cove
Round Rock, TX 78664
(512) 341-3191
crncdowell rt'.roundrocktexas.gov
12.0 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City acquiring the
specified goods or services elsewhere.
Vendor shall be declared in default of this Agreement if it does any of the following and
fails to cure the issue within thirty (30)days of receipt of written notice:
A. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
B. Becomes insolvent or seeks relief under the bankruptcy laws of the United States,
and is unable to perform its material obligations under the Agreement.
4
13.0 TERMINATION AND SUSPENSION
A. 1n the event of any uncured default by either party, the non-defaulting party has
the right to terminate the affected portions of this Agreement for cause, upon ten (10) days'
written notice to the defaulting party following the cure period.
B. In the event City terminates under this section, the following shall apply: Upon
the effective date of the termination, Vendor shall discontinue performance of the affected
Services and will schedule the removal of the affected Equipment. The City will be responsible
only for amounts due and owing for the terminated affected Services and affected Equipment up
through the date of termination.
14.0 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
B. In accordance with Chapter 2270,Texas Government Code, a governmental entity
may not enter into a contract with a company for goods or services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2)will not boycott
Israel during the term of the contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this
Agreement.
15.0 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.
I6.0 NOTICES
A. All notices and other communications in connection with this Agreement shall be
in writing and shall be considered given as follows:
1. When delivered personally to recipient's address as stated in this Agreement;or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Ace Floor Solutions, LLC
4888 Whirlwind Drive
San Antonio,Texas 78217
Notice to City:
City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
B. Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
17.0 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
18.0 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing.
19.0 DISPUTE RESOLUTION
City and Vendor 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.
20.0 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
6
21.0 MISCELLANEOUS PROVISIONS
A. Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
B. Time is of the Essence. The parties agree that, from time to time, certain unique
transactions may have special requirements relative to timing and, accordingly, the parties will
identify those transactions and exercise best efforts to accomplish those transactions within the
stated timeframe. Other timing requirements will be met in a commercially reasonable manner.
Where damage is caused to City due to Vendor's failure to perform in the special timing
requirement circumstances, and subject to the Limitation of Liability provision in the Exhibit
"A" (SSA), City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
C. Binding Agreement. Fhis Agreement shall extend to and be binding upon and
inure to the benefit of the parties' respective heirs, executors, administrators, successors and
assigns.
1). Multiple Counterparts. This Agreement may be executed in multiple
counterparts, any one of which shall be considered an original of this document; and all of
which, when taken together, shall constitute one and the same instrument.
[Signatures on the following page.]
7
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
Ace Floor ludo LC
By: ., �.
..._.................
Printed , ► /
.................................. _..... _.
Title:
Date Signed:
.w.. yam.,���.,�..' ...:....„,_.....�...,,.M,.__._._.,.........�....,_
City of Round Rock,Texas
By:
Printed Name:
Title:
Date Signed:
For City,Attest:
By:
Sara L. White, City Clerk
For City,Approved as to Fort:
By.
Stephan L. Sheets, City Attorney
8
Exhibit"A"
Board
Proposal No.561-18-Carpet and Tile Flooring,Stage Floor Refinishing,Concrete Polishing,Grinding and Staining
(Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered=.)
NOTE:Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or
proposal may not be considered:
131anufacturers shall be listed in alphabetical order
Di/endor's must list one specific percentage discount for each Manufacturer listed.
If a vendor's response to Proposal Specification Form states"please see attachment sheet,"all manufacturers listed on the attachment sheet must indicate
per manufacturer the line item that correlates to Proposal Specification Form or Vendor's proposal may not be considered.
State Percent(0/6)
Item of Discount off State Name of Exceptions to
No. Short Description Full Description Catalog/Pricelist' Catalog/Pricelistl Discount
.Sr,ctjg�:Carpet,Tile,Cove Base,Stair Tread,and Related Flooring Products
Please state the discount(%)off catalog/pricelist for All Carpet
Products(Indoor and Outdoor). Catalog/Pricelist MUST be
Included or proposal will not be considered. NOTE: I)For
Discount(%)off manufacturer's that sell direct,we will only consider
catalog/pricelist for All proposal responses from the manufacturer. 2)For
Carpet Products(Indoor manufacturers that sell through a dealer network,we will
and Outdoor) consider proposal responses from dealers with written
documentation from the manufacturer authorizing the
dealer to submit on their behalf. 3)MANUFACTURERS MUST
PROVIDE LIST OF ALL APPROVED INSTALLERS.
Discount(%)off
catalog/pricelist for All Pease state the discount(%)off catalog/pricelist for All Tile
2 Tile Products-vinyl, Products-vinyl,ceramic,and related floor the products.
ceramic,and related (Indoor and Outdoor). Catalog/Pricelist MUST be included or
floor tile products proposal will not be considered.
(Indoor and Outdoor)
Discount(%)off Please state the discount(%)off catalog/pricelist for All Cove 4D
3 catalog/pricelist for All Base and Stair Tread Floor Products. Catalog/Pricelist MUST be f�CfPF,
Cove Base and Stair included or proposal will not be considered.
Tread Floor Products
PROPOSAL NOTE PROPOSAL SPECIFICATION FORM
1.Catalogs/Pricelisits are required to be submitted with Proposal Page 38 of 68
Exhibit"A"
Board'
riarmrr.e►orcassly
Proposal No.561-18-Carpet and Tile Flooring,Stage Floor Refinishing,Concrete Polishing,Grinding and Staining
(Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered 1.)
State Percent(o!a)
Item of Discount off State Name of Exceptions to
No. Short Description Full Description Catalog/Pricelist' Catalog/PricelistDiscount
Discount(%)off please state the discount(%)off catalog/pricelist for All Terrazo
catalog/pricelist for All �{ n
4 Flooring Products. Catalog/Pricelist MUST be induct !a
ed or proposal '*
Terrazo Flooring will not be considered.
Products
Discount(%)off Please state the discount(%)off catalog/pricelist For All
S catalog/pricelist for All Performance Stage(Dance,Performing Arts,and ! ' %
Performance Stage Entertainment)Flooring Products. Catalog/Pricelist MUST be
Flooring Products included or proposal will not be considered.
Discount(%)Off
Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for Concrete ID
6 Concrete Polishing, Polishing,Grinding and Sealing Flooring Products. °/a RczG
Grinding and Sealing Catalog/Pricelist MUST be included or proposal will not be considered.
Flooring Products iN-„Au.DcT1°Dil,,J
Discount(%)Off Please state the discount(%)off catalog/price]ist for Acid
! !o
Catalog/Pricelist for Acid o
Stain/Dye Flooring Stain/Dye Flooring Products. Catalog/ MUST be included N
Products or proposal will not be considered.
Discount(%)Off Please state the discount(%)off catalog/pricelist for Joint Filler
a Catalog/Pricelist for Joint
Filler and Sealant Floor and Sealant Floor Products. catalag/Pricelist MUST be included or °Ja
proposal will not be considered.
Products
Discount(%)Off ---AROW Phrc-
Catalog/Pricelist for Ali Please state the discount(%)off catalog/pricelist for All Other -”ms nI ;'PWC"
9 Other Floor Products and Floor Products and Floor Prep Supplies. Catalog/Pricelist MUST % --r1Rpwl P+Dt}i NE,
Floor Prep Supplies be included or proposal will not be considered.
...-i37a1`t PhTG�
PR POSAL NATE PROPOSAL SPECIFICATION FORM
1.Catalogs/Pricelists are required to be submitted with Proposal Page 39 of 68
Exhibit"A"
;:ViBoard-
Proposal
No.561-18-Carpet and Tile Flooring,Stage Floor Refinishing,Concrete Polishing,Grinding and Staining
w-� (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.)
DEFINE SERVICES
Clearly define the services
that are proposed to be
provided and attach
detailed information.
(NOTE,IF DETAILED
Not to Exceed INF,QRMATIQN IS NOT
Item Price Per
SUMMED.PROPOSAL
WILL NOT BE
No. Short Description Full Description Unit of Measure CONSIDERED11) Exceptions
Car et Tile and Related Flooring Products Installation Services
Carpet Installation-State the per square yard price for
installation of carpet(Indoor and Outdoor).Price to include all U1R GT CiFgUWht2
necessary supplies,labor,and miscellaneous items to complete $ ,��, 1 ws - vowr4
17 Carpet Installation installation. NOTE:All companies responding must be Per Square Yard "'-'C.tapigT -11L.451,.I�RK
approved by the manufacturer to install the brand of carpet P0Lip.6
and must provide written documentation from the
manufacturer.
Tile Installation-State the per square foot price for installation of
11 Tile Installation tile products.Price to include all necessary supplies,labor,and $ VINYL -f11.tr 00Z
miscellaneous items to complete installation. Per Square Foot pa-r iowu l
u�lut2K
Co a Base and Stair Tread Installation-State the per linear '�� ` ci.RD 41+
Cove Base and Stair foot price for installation of cove base and stair tread products. FT {s'E5{Llt`1,1T BAfv
12 Tread Installation Price to include all necessary supplies,labor,and miscellaneous Per Linear Foot
items to complete installation. 3.-zr-,. - D RtUE
'TRe>3ti,�iti►a RtrR
Terrazo Flooring Terrazo Flooring Installation-State the per square foot price $
13 Installation for installation of terrazo products.Price to include all necessary Per Square Foot
supplies,labor,and miscellaneous items to complete installation.
Performance Stage(Dance,Performing Arts and
14 Performance Stage Entertainment)Installation-State the per square foot price for $�N/F
Installation installation of stage products.Price to include all necessary supplies, Per Square Foot
labor,and miscellaneous items to complete installation.
PROPOSAL.NOTE PROPOSAL SPECIFICATION FORM
1.Catalogs/Pricelists are required to be submitted with Proposal Page 40 of 68
Exhibit "A"
P' Board"
p
Proposal No.561-18-Carpet and Tile Flooring,Stage Floor Refinishing,Concrete Polishing,Grinding and Staining
(Catalogs/Pricelsts must be submitted.,v;th Proposal or Propmal will not be considered 1.)
DEFINE SERVICES
Clearly define the services
that are proposed to he
provided and attach
detailed information.
LNOTE:IF DETAILED
Not to Exceed INFQRMATION 15 NOT
EU_BMUTED,PROPOSAL
Item Price Per WILL NOT BF
No. I Short Description Full Description Unit of Measure j
K2HOD LR D' Exceptions
_F_
Concrete Polishing,Grinding and Sealing Flooring —DW-01,40 11P,)ND —0t4W0P-
Concrete Polishing, Installation-State'the per square foot price for installation of $
15 Grinding and Sealing concrete and sealing products.Price to include all necessary Per Square Foot 4VNC961fVCF S
-
Flooring Installation supplies,labor,and miscellaneous items to complete installation, Fo"swow-
Acid Staining/Dyeing Flooring Installation-State the per 'To AZtATfflr, f'OfZOuS
16 Acid Staining/Dyeing square foot price for installation of acid/dye products.Price to Flooring Installation include all necessary supplies,labor,and miscellaneous
items to Per Square Foot 0
complete installation. P4-PL4 --a7uNck.-to
is14 ?KMA!"I
rhl
Joint Filler and Sealant Flooring Installation-State the per
17 Joint Filler and Sealant square foot price for installation of joint filler and sealant products. $ 3.2,�; V4
Flooring Installation Price to include all necessary supplies,labor,and miscellaneous Per Square Foot i5TN4V0%9V
items to complete installation. Fvzo OCT
Installation for All Other Flooring and Floor Prep Products- tlb E�09-vtaz
Installation for All Other
18 Floorinand Floor PreState the per square foot price for installation of all other flooring $ oi2
g p
Products products, Price to include all necessary supplies,labor,and Per Square Foat FA—m-'-7Lr�
rTliscellaneous items to complete installation.
PROPOSAL NOTE PROPOSAL SPECIFICATION FORM
1.Catalogs/Pricelists are required to be submitted with Proposal Page 41 of 68
Exhibit"A"
gBoard"
Proposal No.561-18-Carpet and Tile Flooring,Stage Floor Refinishing,Concrete Polishing,Grinding and Staining
(Catslogs/Pricelists must be submitted with Proposal or Proposal will not be considered'.)
DEFINE SERVICES
Clearly define the services
that are proposed to be
provided and attach
detailed information.
{NOTE:IF DETAILED
Not to Exceed INFORMA'} om 15 NOT
Item Price Per ;�RMMED.PROPOSAL
WILL NOT BE
Na. 1 Short Description I Full Description Unit of Measure C_ONSIDEREDII) Exceptions
:Care Tile and Related Floorin Products Removal Services
Removal of ExistingCarpet-State the per square yard price for
�_.rc� r' �vE LAIIM
15 Removal of Existing removal of existing carpet products.Price to include all necessary
CarpetPer Square Yard o f
supplies,labor,and miscellaneous items to complete removal. dR C4�'T -nL-E
Removal of Existing Removal of Existing Coating,Glue,and Mastic Removal- --r1E6VkNNti coo-,
State the per square yard price for removal of existing coating, $ 2.25 ScKA lr-Av-J h1
20 Coating,Glue,and glue,and mastic products.Price to include all necessary supplies, Per Square Yard 09 p AMOND
Mastic labor,and miscellaneous items to complete removal.
�.t flll.i d
Removal of Existing Tile-State the per square foot price for ,4S5le i.E tA%a KID21 Removal of Existing Tile removal of existing the products.Price to include all necessary
$per Square Foot DF STtNb�D ASt3�.5
supplies,labor,and miscellaneous items to complete removal. VCT U AT
Removal of Existing Cave Base and 5 Jir 'read-State the per 4 ""��AaO RESILt NT
Removal of Existing Cove linear foot price for removal of existing cove base and stair tread $ L414>=T or-
22 Base and Stair Tread products.Price to include all necessary supplies,labor,and Per Linear Foot
ReLa
miscellaneous items to complete removal. ` A I-25 T
L `s >'+ra trra o w is z
Removal of Existing Removal of Existing Terrazo-State the per square foot price for $
23 Terrazo removal of terrazo products.Price to include all necessary supplies, Per Square Foot
labor,and miscellaneous items to complete removal.
Removal of Existing Performance Stage(Dance,Performing N f
24 Removal of Existing Arts,and Entertainment)-State the per square foot price for $
Performance Stage removal of stage products.Price to include all necessary supplies, Per Square Foot
labor,and miscellaneous items to complete removal,
PROPOSAL NOTE PROPOSAL SPECIFICATION FORM
1.Catalogs/Pricelists are required to be submitted with Proposal Page 42 of 68
Exhibit"A"
FBoard'
witin►,.ei,aM1
Proposal No,551-18-Carpet and Tile Flooring,Stage Floor Refinishing,Concrete Polishing,Grinding and Staining
(Catal Prlcelists must be submitted with Noposat or Proposal will not be considereds.)
DEFINE SERVICES
Clearty define the services
that are proposed to be
provided and attach
detailed Information.
(NM:IF DETAILED
Not to Exceed INFORMATION 15 NOT
SUSMITTED.PROPOSAL
Item Price Per WILL NOT BE
No. Short Description Full Description Unit of Measure GONBIDEB=') Exceptions
Removal of Existing Removal of Existing Concrete Polishing,Grinding and --PIWOND q&IND
Sealing-State the per square foot price for removal of concrete �--So
z5 Concrete Polishing, 6+ior
Grinding and Sealing and sealing products.Price to include all necessary supplies,labor, Per Square Foot 1 „
and miscellaneous items to complete removal. fm
Removal of Existing Acid Staining/Dyeing-State the per --Qlw ioma grzrN O
26 Removal of Existing Acid square foot price for removal of acid/dyeing products.Price to 2'5o OA app &A-1of
Staining/Dyeing include all necessary supplies,labor,and miscellaneous items to Per Square Foot 1 „
�'
complete removal. �� .
Removal of Existing Joint Filler and Sealant-State the per
27 Removal of Existing Joint linear foot price for iremoval of joint filler and sealant products. $
Filler and Sealant Price to include all necessary supplies,labor,and miscellaneous Per Linear Foot
items to complete removal. 1
Removal of All Other Removal of All Other Existing Flooring Products-State the
28 Existing Flooring per square foot price for removal of all other existing flooring
Products products.Price to include all necessary supplies,labor,and Per Square Foot
miscellaneous items to complete removal.
Removal and Disposal of Trash-State the per square yard price ptOle,
25 Removal and Disposal of for the removal and disposal of trash.Price to include all necessary $ �•`lam o�,l�{
Trash supplies,labor,and miscellaneous items to complete removal and Per Square Yard hltstl-'c�►Vh'iBt�lHt�tFhl l
dsiposal of trash. _ 51'1
Furniture and Equipment Moving-State the per square yard 4.150 CA6ED 9-Nt-rul2io ..��
30 Furniture and Equipment price for furniture and equipment moving.Price to include all $ URN+5110
Moving necessary supplies,labor,and miscellaneous items to complete Per Square Yard
moving of furniture and equipment. �,� -l�j t-10C)ULML UF`I' pNL`�
PROPOSAL NOTE PROPOSAL SPEGIFICATtON FARM
1.Catalogs/Pricelfsts are required to be submitted with Proposal Page 43 of 68
Exhibit "A"
rl-
WRR-rf
Proposal No.561-18-Carpet and Tile Flooring,Stage Floor Refinishing,Concrete Polishing,Grinding and Staining
(Catalogs/Pricelists must be submitted vjith Proposal or Proposal will not be considered.)
State Percent(0/h)
Item of Discount off State Name of Exceptions to
No. Short Description Full Description Catalog/Pricelist-1 Catalog/Pricelist-t Discount
do IV.Ca et and Tile Cleaning Services
Discount(%)off Please state the discount(%)off catalog/pricelist for Carpet
31 catalog/pricelist for Cleaning Services. catalog/Pricellst MUST be included or proposal r4/1P
Carpet Cleaning Services will not be considered.
Discount(%)off Please state the discount(%)off catalog/pricelist for Tile and
32
catfor Tile Grout Cleaning Services. Catalog/Pricelist MUST be included or %
and
Grout Cleaning proposal will not be considered.
ervices
EROPOSALNOTE PROPOSAL SPECIFICATION FORM
1.CatalogslPricelists are required to be Submitted with Proposal Page 44 of 68
AC CERTIFICATE OF LIABILITY I DATE(MMIDDrYYYYI
� � �
2/1312019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
Catto&Catto LLP NAME: Cecilia Jurado
106 S.St. Mary's Street. Suite 800 PHONE .210-222-2161 c Nu:210-222-1618
San Antonio TX 78205-1801 A MAIL
ADDRESS: ciurado@catto.com
INSURER(S)AFFORDING COVERAGE NAIC 9
---._..._INSURE A.Cincinnati Insurance Company__._........-. -_._._._._..--.
10677
INSURED ACEFL-1 INSURER B:Texas Mutual Insurance Company 22945
Ace Floor Solutions, LLC; Ace TCB Holding,LLC
Mr. Russ Knoblock INSURER C:
4888 Whirlwind Dr INSURER D:
San Antonio TX 78217 INSURER E
INSURER F
COVERAGES CERTIFICATE NUMBER:495088342 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
-NSR! fiDDL SUER _......_ ,._. ,.. __._
LTR I TYPE OF INSURANCE !NSD POLICY NUMBER -. ry•MMIDDYNYY Y) MN'ODNYYY LIMITS
A X COMMERCIAL GENERAL LIABILITY EPP0056207 118/2019 1i8/2020 EACH OCCURRENCE S1,000,000
CLAsMS•MADf X OCCUR DAM�PREM!ESQ(REN�
a caccurrencg) S500,000
F--•._ .... ....... _.. ;MED EXP(Any one person) S 10.000
PERSONAL&ADV INJURY $1,000,000
F GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE 5 22000,000
PCILCY PRO- 1 f... ._. _.... ..m__ _
�' 4- COMPIOP AGG ;s2,000,000
__._... JECT L(C PRODUCTS..................._...................... ................................,.....................................
OTHER. $
A ::AUTOMOBILE LIABILITY EBA0056207 118/2019 1:81;2020 COMBINED SINGLE LIMIT $1,000,000
X ANY AUTO �Ea accicent _
BODILY INJURY(Per person) 5
OWNED SCHEDULED
AUTOS ONLY AUTOS BODILY INJURY(Per accident) S
__ _...
)( D X NON•OVb1UED 1 PROPERTYDAMAGE ��.�
AUTOS ONLY :AUTOS CNLYI $pe'_3ccient}..................._................
..........._.,....__..............................................
$
A X UMBRELLA LIAR X OCCUR EPP0056207 11812019 11812020 EACH OCCURRENCE *S 1,000,000
EXCESSLlAB ........................................... ..........
CLAIMS-MADE: AGGREGATE 3 1,000,000
DED RETENTION 3 S
B 'WORKERS COMPENSATION 0001187391 112512019 1125/2020 X ry
AND EMPLOYERS'LIA81LITY STATUTE i £R
Y f N — _.
ANYPROPRIETJRfPARTNER%EXECUTIVE , . CI€3FNT 51,000.000
OFFICEIRWEMBEREX.CLUDED? N f A El_EACFiAC
. L ACH A .
(Mandatary In NH)
E L DISEASE-EA EMPLOYF..E�$1,000,000
if yes.describe under _. .. ., ._. ._ I _
L:ESCRiPTIQN OF OPERATIONS beGcw M`E L DISEASE-POLICY LIMIT S 1.000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required)
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Ace Floor Solutions ACCORDANCE WITH THE POLICY PROVISIONS.
4888 Whirlwind Drive
San Antonio TX 78217 AUTHORIZED REPRESENTATIVE
I
O 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD