Loading...
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