R-2020-0033 - 2/13/2020 RESOLUTION NO. R-2020-0033
WHEREAS, the City of Round Rock ("City") has duly advertised for bids to purchase certain
on-site services in the nature of general building construction trades services (drywall) to be performed
on and in various City-owned or City-occupied buildings on a directed as-needed basis, and associated
goods and services; and
WHEREAS, Section 252.043(a) of the Texas Local Government Code allows a city to award a
contract to the bidder who provides goods or services at the best value for the city based on criteria set
forth in §252.043(b); and
WHEREAS, the City has determined that Cobos Design & Construction, Inc. will provide
goods and services at the best value for the City; and
WHEREAS, the City Council wishes to accept the bid of Cobos Design & Construction, Inc.,
Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase of General Building Construction Trades Services (Drywall Trade) from
Cobos Design & Construction, Inc., 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.
0112.2020;00438791
RESOLVED this 13th day of February, 2020.
CRAI MOR , Mayor
City o Roundr-ock, Texas
ATTEST: ,
9pal"R��
SARA L. WHITE, City Clerk
2
jEXH I BIT
, jyj
CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF GENERAL BUILDING CONSTRUCTION
TRADES SERVICES (DRYWALL TItADE)
FRi0NI
COBOS DESIGN & CONSTRUCTION, INC.
THE STATE OF TEXAS 8
CITY OF ROUND ROCK 8 KNOW ALL BY THESE PRESENTS:
COUNTY OF WKL0^IAMSON G
COUNTY OFTRAVIS
'FH/\-F THIS AGREEMENT for on-site services in iho naLul*e Of aenc/xa| bui|dinc,
construction 1oadmo acrvioem (drywall) to be performed on and in various City-oxned orCity-
occup|ed buildings on a directed as-needed bouia` and for related goods and set-vices. ref-erred /o
herein as [lie `A�r�c/ncn\,"^ is rnud� an(] entered into on this U�� day of the month of
, 2020. by and between the CITY OF ROUND ROCK. TEXAS, a home-ru}e
municipality whose oDicco are located at 221 East IN/lain Street, Round Rock. Texas 78664.
referred to hen:|n as che -City,`^ and C0130S DESIGN Ji CONSTRUCTION. INC.. referred to
herein as `'Coboy.`^ whose offices tire located at | |23 K4unsc||. Austin, Texas 70721. This
A(_)nzemult supersedes and replaces un), previous u�rcenicn1y bcivvecn the nurncd parties,
whether oral or written, and whether or not established by custom and practice.
RECITALS:
WHEREAS, City dcs|oca to purchase certain on-site services in dhe nature Of general
buiNingconsimcdon trades services (drywo/|) to be pnr[bnned on and in various City-owned or
City-oocupied bui|d|ngaoil udirected os-needed basis` and associated �,,00da and services, and
City desires iopurchuocsame from Cnbos| and
WHEREAS, City hus issued its -Invitation 1br Bid'` fbrthe provision o|'suid goods, and
City has selected the bid Submitted bYCobos; and
WHEREAS, the parties desire to enter into this Agreement to set fhrth in r/r|tina their
respective rights. du(ics. and uNitrabons,
NOW,THEREFORE,WITNESSETH:
Thu1 {brand in consideration o[(he muival promises contained herein and other good and
valUable consideration. the receipt and sufficiency of which are hereby acknoi\lcd(red, tile parties
/11111uoUy uarcc us follows-
00438 112
oUop/a-mw3y||2 SsZ
'
1.01 DEFINITIONS
A. Agreement means the binding |��u| coo(nsc� b��vc�n City and Cobos v/h�r�bv
City is obligated to buy specified services and Coboo is obligated to sc|| aunno. Thoy\gn:cnneot
inc|udes the fb|lovving,: (o) City's Invitation fbr Bid designated Solicitation Nunnbcr 19-026 (b)
Cobos'o Response to |FB; (o) contract award; and (d) any exhibits, addenda, and/or amendments
thereto. /�nv inconsistencies or conflicts in the uon|u*ot dooumcncs shall be resolved by g|v|ng
preference in the Following order:
(|) This Agreement;
(2> Lobom'sResponse |o |[B;
(3) City's Invitation for Bids, exhibits. and attachments.
8, City means the City of Round Rock, Williamson and 'fravis Counties. 1'exas.
C. Effective Date means the date upon Which the b|ndingr Si(TnutuNso[both parties
10this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts. or other industrial
disturbances, octS o[tile pub}iu enemy, orders of any kind from the government o[the United
States or the State ofTexus or any civil or military audhorit),, |nsunecdono, riots. ep|dcnnico,
landslides. lightning, earthquakes' fires, hurricanes, storms, floods, restraint of the government
and Ule people. civil dimturbunoco, explosions, orother causes not reasonably within the control
ofthe party dainningsuoh inability.
E. Goods and services mean the specified services. ouppUcs, materials,
commodities, orcqu|pnIcmL
F. Cobem nncmno Cobos Design & Construction, Inc., or uny of its successors or
assigns.
2.01 EFFEC'][N»/E DATE, INITIAL TERM, AND ALLOWABLE RENEWALS
A. This Agreement shall be cUec1iveoil the date it has been signed by both parties
hcrc1o` and yha|| remain in fu|| force and Cffect un|cas and unti| it expires by operation of the
term stated herein. o/'until terminated orextended Cas provided herein,
B. The 1enn ofdhis Agreement shall be [b- sixty (60) months hnno the cffiec1ivedu1c
hereof.
C. Prices oho|| be finn for the duration of" this &gncerneni and for un} rrnexo(
periods. No separate line item chorgca shall be permitted for invoicing purposcu' including hut
not limited to equipment rental, dmnnunape, costs associated with obtaining pennhs` oruny other
_
extraneous churaes. City nnuyPermit "unii 'co" n'6ustlncntsupwards only in accordance with
Part /(L }tern 8 of City's Invitation fbrBid inc|uded as u purtoFExhibiL^A,- attachcd hereto and
incorporated herein br reference fbr all purposes. Any price increase shall be requested by
Coboo in writing and accompanied by the appropriate docunnentodnn to justify the requested
inorcoac. Cobus may offer price decreases otany time and in mxcessofony allowable percentage
changes.
D. City reserves the right to orv|en the relationship at nny time, and may elect to
terminate this Aa,cementwith orvvidhoutcouscormay elect t000ndnue.
3.01 CONTRACT DOCUy�ENTS AND EXHIBITS
City selected Coboo to supply the services as oudincd in (PD Solicitation 74urnbor 19-
026; and Response to lF8 submitted by Cobos, all as specified in Exhibit -&.^ The intent o[
these documents is to [bnnu|atc all /\lcIrcnmcnt listing the responsibilities of both parties as
outlined in the [FBand asoffered b' Cobos |n its Response /othe lFB.
The services which are the subject mutte,oythis &�_lrccrncn| are described |n Exhibit-,A'*
and, 1ocTeihcrvviih this A�,rcerncnL comprise the total Agreement and they are Ou||} u part of-this
Agreement as i[rcpeutcd herein in h/||.
4.01 DUAL PROVIDERS OF SERVICES
The parties specifically acknowledge and agree that Cobosshall be considered as one of
two (2) providers (`^duu| poovidem") of the specified goods and services (drywall services).
Cmbos specifically further acknowledges and agrees that this Agreement is 1101 un exCiusivc
o.uocenncnL City may, in its sole and unfettered discretion, elect to usc either ofthe two providers
|n whatever order it. deems most advantageous to City's purpoeos. City /nu}'' in its sole and
unf'eitcrcd discretion, elect to use any other providers. City is not obligated to use or purchase
any estimated annual quundtN ofgonds, and no guarantee is'
made oFunJ minimum m' mox}rnum
punzouse.
5.01 ITEMS AWARDED
Only i� as. mid when needed b} Cit\- drywall services are uv/urdcd to Cohns in
ucoonJunoe with hid items shown on Actuohmmcnt/\— Bid Sheet o[Exhibit'^/\'" as fb||ons:
Instal ler/Framer Overtime Hourh Labor Rate $40.00
Dry`vu|| HC|per8oudN' Labor Ru1m $30.00
Overtime Drywall He|per Hourly labor Rurc $35.00
Tape, F|oo1ingJiTexiuringHour(VLaborRate $35.00
Tape. F/oadng & TcstudnaOvertinmeHuur|) �oborQoic $40.00
Tope` Floating & '7cxturizingHelper Boud ' LaborRate $30.00
Tape, Floating& Texturidn� Bei�O��mm8oudyLu�R� �5.�
Supervisor $45.00
Materials (ifOil CoSt-P|us basis)
PcoccntageMarkup 2096
6.01 COSTS
A. Only i� as, and when needed by City, the hid costs listed on A�aohmum/i /\ — Bid
Sheet of Exhibit ~/\,'' which are specifically relevant to the reflencncmd bid items, shall be the
basis ufonycharges collected by Coboa.
B. Cobosspccifica|iy ucknovvledges ond ugucey that City is not obligated to uuc ally
estinou1cdmnnuo| quanti1yofservices, and City may not expend in ezocsso[Omo I'loudmed Fifty
Thousand and Nn/'100 Dollars ($1.50,000.00) 1)er year Onr Cnbos-s services combined with th'e.provider's services Cor u total not-to-exceed anmount of Seven Hundred Fiftv Thousand
and No/100 Dollars ($750,000.00) for the icnn of this Aorcenmcnc
7.01 INVOICES
All invoices shall {odudc_ at rninin)u/n, the fb||o*|ng information:
A. Name and address oFCubou:
B. Puruhaac OnjerNuombcc
C. Description and quanri1yofiocrnareceived: and
D. Delivery duicm.
8.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING
4uth0riiN Onr local governments to contract with one another to pedbrnn certain
governmental (unc1iony and services, including. hu1 not |i/nibcd to punchos|ncy functions. is
�u�nned undcr Government CoJc, T|d (�hr
� 7, up1n� 79|, |n�� |oco| Cooperation Contracts.
Subchapter B and 8ubchupcerC- and Local Government Code. Tide 8. Chapter 271. Subchapter
F' Section 27 1.|O| and Section 27 1.10?
Other governmental entities within the State ofTcxosmay, beextended the oppo11un4yzn
punzhosc off of the City nfRnund Rook's bid. with the consent and ugrecmcntofthc successful
vendor(s) mnd Round Kock. Such agnrennmncoho// be cnnc|ua/vc|y inferred for the vendor (ronm
lack ofcxueption to this clause in the vendor's response. However, all pat-ties hcrcLn' expressly
u� all - soouLsidc
o�cncies or entities and that the Cic) of Round Bock is noLob|Uyoted or |ioh|e [brany action or
`
9.81 NON-APPROPRIATION AND FISCAL FUNDING
ThisAgnccmrnr is ucommitment ofCity's curoenc n:vonunson|v. It is understood and
agyrccd that City ahoU have the right 1oterminate this Agreement olthe end of any City Dooa| year
if1he governing body of City does not appropriate funds aufficicnt |o purchase the services as
determined by City's budget for tile fiscal year in question. City may effect such termination by
vivinaCobosawritten notice of termination atthe end of'its 1hen-currentfiscal year,
10.08 PROMPT PAYMENTPOLICY
In accordance with Chapter 225 1, V.T.C.A.. Texas Government Code, anv payment to be
made by City to Cobos will be made within thirty (30)days of the date City receives 0oodS Under
this '4orcuncni, tile date the per(onnunceofthc services under this Agreunentorc comp|oteJ' or
the date City receives uconcc1 invoice for the goods or services, whichever is |ub:,. Coboa mo}'
churtle interest on an overdue payment ut the "rote in effect" on September | of1he fiscal yeor in
which tile payment becomes overdue. in accordance with V.T.C.A., Texus OovcnnnnoltCodc.
Section 225|.025(b). This Pmrnp/ Poynlont Policy does not apply to payments /nude b>^ Civ, in
the event:
A. "]'here is a bona ride dispute between City and Cobos. a contractor, SUbcontractor, or
uupp|icrabout the goods delivered or the service perfbrmncd that causes the payment to be late; or
B. There is o bona fide dispute between Cobnm and a subcontractor or bc&vucn o
subcontractor and its oupp|icrubout the i400dm delivered or the set-vice pertbrnncd thatcauoca the
payment to be late; or
C. Thc tennis of federal contract, a , rc� |u1ion, os�atu�c �rcv� � City bom
making odndypayment with 6cdena| fndy: or �
D. The invoice is not mailed to City in strict accordance v,ith any instnucdon on the
puozhum:on]er nr|adn� �o the payment.
10.81. GRATK}KT8ES AND BRIGKIS
.
City may, by v/ri1mrn notice to Coboa, ouncc| this Agreement `vithout iouuning any
liability to Cobos if1t is determined byQty that gratuities orbribes in the form of entertainment.
�ifts. oro1hm�vioe Nvore offered nr �|vcn by Cobos or its agents or representatives bouny Cityo|licccm
� p|oyeeorelected rcprcsentadvnvviih respect to the per[brn�anueo[ this /\�rcenoent.
/nuddition^ CobomrnuybesubJcottopena|ticsataiod |nTiUc0oF/hcTexasPena! Codc.
82.08 TAXES
City is exempt 6nm Federal Excise and State Sales Tax; theu:[brc, tax shall not be
13.01 ORDERS PLACED WITH ALTERNATE VENDORS
{[Cobos cannot provide the services as specified, City reserves ihe right and option to
obtain same Roni another source orSupp|icr(m). '
,
14L01 INSURANCE
Co6os yho|| meet all requircmnents as stated in Part li Section 2 of the attached |FB
Solicitation Number 19-026.
15.08 CITV,3ItEPRESENTATKVE
City hcnchv dcsignokco the following representative(s) authorized to act in its bdho|Fv.ich
ruarurd to this Agreement:
Chad McDowell
(]cncro| Services Director
212 Commerce Cove
Round Rock. T}{ 7O664
12-341 191
16.01 RIGHl[TOASSURANCE
Whenever either party on this AQnacrneni. in good [biih' has reason to quoadon tile other
party,s intent to perform hereunder, then demand may be made to the other party forvwrit(cn
ooauroncc of the intent to perflb/'nm. In the event that no p/dLten ussu/once is given ni\hin tho
rcos000b|c time speoiUcd when dmrnand is made, then and in that event the dcmmnding party rnu}
tncotsuch (1ii|uncusall anticipatory ncpudiaiion ofthis Agreement.
17.01 DEFAULT
|[Cobos abandons ordcfbuks hcmcundcrand isacause o[Cih/ purchasing the specified
services elsewhere, Cobos alyrees that it inav be charged the difference ill cost, ifany. and that it
will not be considered in tile re-odvertiscnlcntoftile service and that itmoy not be considered in
tLirurebids fbrthe yanlctype o[work un|csnihCsoopCo[wmrkisoiLnifiuum|ychanged.
Cohnsshall bedeclared indmhauho[this/\�rccmcnti[iidocsonyn[(h� [b||nnin�:
A. Fails kzmake any puy/ncni in (b|{ when due,
B. Faib to b/}h' timely and faiih/li||y perform any of' its material obligations
hereunder:
h
C. Fails to provide adequate assurance of perDormancc under tile "8i2lit to
Assunsncc" section herein: or -
U. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
28.88 TERMINATION AND SUSPENSION
A. City has tho right to terminate this Auroecncnt, in whole or in pod, for
convenience and without couse- at any time upon thirty ('30) days' written uudcc to Cobos.
B. In the event of all-,., default by Cobos, City has dle right to terminate this
Aereenncnt [br cause," upon ten (|U) days' written notice to Coboa.
C. Cobom has the r{ohc to terminate this /\greeneni only [brcuuse, in dhc Cvcni of
material and substantial breach by City. of-by written mutual agreement toterminate.
D. {n the event City tenninauzS undCr aubscctiona (/\) or (B) of this section. thc
Go||ov/incy shall apply: Upon City's delivery o[ tile referenced notice to Cobos' Cobou shall
discontinue all services in connection with perGonnancc of this &g/eernent and shall proceed to
cancel promptly all existing ondona and contracts insofbr as such onJcna and contracts are
cha/'creob|c to this Agreement. Within thirty (30) days oDrr ouch termination no1ice. Cobna shall
submit a sbUnrncnt showing in doto{| the goods and services eu1iy/bob)ri|y performed hereunder
to the duic of termination. City shall then pa} Cobos that portion of the charges, if undisputed.
The parties agree that Coboo is not entitled to compensation fbracrvicey it would have performed
under the remo/n|n� ccnn o[�h� A�roemcntexcept ns provided herein.
19.08 INDEMNIFICATION
Cobom shall def'end (at (he option of City). iudcrnn|[v' and hold City' its successors,
osaiona, orficero' employees and elected o(6ciola hunn|cey from and u(rainst all suits, oCtions,
|o�4/ pn)u�cdin�s, claims, dcmanda' dorna���. costs. expenses, attorney's [ees' and uny, and all
other costs o, 0ccsarisino out o[ or incident to. oonccrnin� onsuiiihoi � uo[Cobou.
or Cnboy's agents. employees or aubounirooioos. in the perfbnnunce ofCobos's
obii(uUnno under
this Agreement. no matter how, or to vvhorn. such loss may occur. Nothing herein oho|| be
dmerned to ||/nit the rights of City or Cobns (inc|ud|ncy, but not |irni1cd to
The right to seek
contribution)against any third puny who may be liable [orun indennniOcd claim.
28'01. COMPLIANCE WITH LAW8, CHARTER AND ORDINANCES
&. Coboo- its ogenUa' onoploycoo and subcontractors shall use best effbrts to comply
with all federal and miure laws, City'sCharter and Ordinoncen` as omcndmJ, and with a||
applicable rules and regulations promulgated by |ouu|, state and national bounJa. bureaus and
u��ncics.
`
B. Cobos ucknow|cdocs and undcrstands that City has adopted o Storm Water
Mono�crn�n1Pno�rano (SVVK4P) und �n Illicit C>inuhar�� [}ndinon�� Sections |4-�30throu�h 14-
/52 ofthe Ci1y~sCode ofOrdinances. to manage the quality ofthe discharges 6Vm its Municipal
Separate 8tnon Sewer System (MS4) and to be ill compliance vv|\hthe requirements orthe Texms
Commission on Environmental ()uo|ity (TCE0) and (hcTcxos Po||utao/ Discharge Elimination
Systems (7-PDES). Cobos agrees to pocfocrn all opundony nn City-owned facilities ill
compliance with the City's Illicit Discharge Ordinance to minimize the release ofpollutants into
the MS4. Cobos ugnrcca to comply with the City's sroonwutcr conirol oncuauoza, good
housekeepiuc, pnyodues and any DOoi|iLyapcciDc yionnv/o1urmanu�e/nentoperabn� procedures
specific to u certain City facility. )n oddidon, Cobos agrees ro cornp|y with ony applicable
TCE0To1o| Moxinuurn Daily Load (TMDL) Rcquircmoentsund/nr !-Plan rcquircnlen1s.
C. Ill accordance with Chapter 2270. Texas Government Code. a governmental entity
muy not enter into contract with 000mpony fbrgoods and services unless tile Contract contains
written verification 6nmthe componYthat it: (|) does not boycott Israel; and (2) will not boycott
|sruu| during the term of this contract. The yignotory czccuJn21 this /\grccnncnt on behalf o[
Cobos verifies Cobos does not boycott Israel and will not boycott Israel durin) the tcnn of this
/\a/eemenL
21,01 ASSIGNMENT AND DELEGATION
The parties hereby bind chmnsc}voa' Uheksucoeosona. assigns and /cgui representatives to
each other v,iUh respect to the terms of' this Agreement. Nckbcr party shall oasi_(111' Sublet or
transfer any inicros{ inthisAgrec/nen1vvithoutpriornrit/cnauthorlzodonoftheoUherpoMy.
22.08 NOTICES
All noboca and other connrnunicudons in connection with this /\�ruenncnt shall be in
writin� and shall bccnnsidmedgiven nsfollows:
A. When delivered pensnou||y toreoipient'saddress oustated inthis Agreennenr� or
B. Three (]) days ober boinff deposited in the United States mail. with posto(7e
prepaid to the recipient's address oastated in this Agreement.
tn
Notice toCobos:
Cobos [)eui�n �� <�ons�ucdon, Inc.
1123 1%,lunseU
/\usdn- TX 70721
8
^
T�otioeto City:
City Manager Stephen LSheets, City A1knney
22| East MVla|n Sirccc /\NO T(}: 309 East Main 8berc
RoundRock' T7{ 78664 RoundRock.T)( 78664
Nothin-1 contained herein shall be construcd to restrict the transmission of routine
communications between representatives o[City and Coboa.
23.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This ALtmccmcnt mhuU be offbrccub|e in lZound Rock, 'Dczaa, and i[ |cgo/ action is
necessary by either party with respect to the enllhrocnocni of any or all of the tennoorcondidono
herein, exclusive Venue for same shall lie /n Williamson County` Texas. This Agnccrnen\ shall be
governed by and construed in accordance with the |apm and courtdecisions oƒthe State ofTexas.
24,08 EXCLUSIVE AGREEMENT
'This docurncnt, and all appended documents, constitutes the entire Agreement between
Cobou and City. This /\Qncerncnt may only be amended or Supplemented by rnutuo| ugoccnncnt
o[the pat-ties hereto in noi(ing' duly authorized by action of the City ManagerorCi(y Council.
25.01 D88PKJl[E RESOLUTION
City and Coboo hereby expreuo|y agree that no claims or disputes bc(v/ecn dnc parties
arising out Of 01-n:|ailn� 10 this A�recmmcnt or a breach thereof shall be decided by ony, arbitration
procecdin�, including vvid�oui |irniiotion, any procc�din� undcr the Pedcnz| /\rbit/otion Act (V
QSC Section 1-14) or any applicable state arbitration statute.
26.01 SEV0C@�AB0lLDTY
The invo|idity' iUcgoU1y^ or unenforceability ofuny provision o[ihis Agreement or the
occuncncc o1noy event rendering any portion or provision of"this Aarccmmeni void shall in no
way affect the validity or enhzrocobi||tynfany other portion or provision of this Agreement. Any
auoh void provision shall be deenncd severed Donn this &gr000menL and the balance of this
Aorccnmcnt shall be construed and enforced as i|`th|o /\grocnncnt did not contain the particular
portion or provision held to be void. The pot-tics further a���c to ono�nd this Agreement to
replace onY stricken provision vvith uvoUd provision that comes oy close as possible to the intent
of tile stricken provision. Tho provisions of this section shall not prevent this entire Agreement
frfromnbeing void should u provision which is of tile Agreement of�hiy �r�cmcn� bcdctcnnincd to
be void.
�
27,01 MISCELLANEOUS PROVISIONS
SfamdarclmfCare. Cnbosrepresents that i( employs trained. experienced and competent
persons to pndonn all of'the scrvirea, responsibilities and du1iesspccified hcoz|n and that Such
serv/cco' responsibilities and duciem shall be perfbnnod in a manner according to general))
accepted induscrypcaodces.
Time is of the Essence. Cobos understands and agrees that time is o f the essence and that
ony failure o[Cobos to [b}fi|| obligations for each portion o[thiu /\�rcen�ent within the agreed
dnnc�un/esv/i|| constitute a material breach ofthis /�onocnncnt. Cobom shall be fully responsible
for its delays orFor tui|urcs to uac best efforts in u000njoncc with the icnmuo[this AgncenncoL
Where dunmug is caused to City due to Coboa's fZ-1||ure to perform in these c|uzurnstonces, City
may punyuc any remedy available vvNhout waiver of' any of' City's additional |eoa| rights or
rornedies.
Force Majeure. Neither City norCoboo shall bcdccmed in violation of this Agreement
if it is prevented from performing any oFits ob|iclntions hereunder by reasons fbrv^hioh it isnot
responsible as defined herein. However, umdco of such impediment or delay in perfbnnuoce musL
betimely given. and all reasonable cOorimUndertaken iomi1ioaioIts cff�oiu .
Multiple Counterparts. This Agreement may becxeouicd in rno|dp|ccoun1crpads, any
one ofvv6ich shall be considered on original ofthis docunncn1; and all of which, when taken
together. shall constitute one and rbcsonnc instrument.
[SigoutuNnonthe [b||nv*ingpuge]
IN WITNESS WHEREOF, City and Cobos have executed this Agreement on the dates
indicated.
City of Round .dock, ' 'exas Lobos lesion & Construction, Inc.
By: Bv:
Printed Name: Printed Name:
Title: Title:
Date SigDate Signed: 2o;LZ>
For City,Attest:
By: _
Sara L. White. City Clerk
For City, approved as to Form:
Bv: _
Stephan L. Sheets, City Attorney
11
Exhibit "A"
..IND ROCK TEXAS
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktxas. ou
INVITATION FOR BID (IFB)
DRYWALL SERVICES
SOLICITATION NUMBER 19-026
SEPTEMBER 2019
City of Round Rock Exhibit „A„
Drywall Services
IFB No. 19-026
Class/Item:910-75
September 2019
DRYWALL SERVICES
PART
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after"the City,"seeks agreements with qualified firms to
provide on-site drywall services for various City owned or occupied buildings on an as-needed basis.
An anticipated total contract award will be made by the City in an amount not to exceed $150,000 per
year.
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.
2. BACKGROUND: The City has approximately 1,000,000 square feet of maintained property and
occupies approximately 54 facilities. The buildings consist of both commercial and residential type
structures. Facilities that may require professional drywall services include but are not limited to office
buildings, fire stations, parks facilities, police facilities, and parking garages.
3. SOLCITATION PACKET: This solicitation packet is comprised of the following:
Description Index t
Part I—General Requirements Pages 2-5
Part II—Definitions, Standard Terms and Conditions Page 6
and Insurance Requirements
---------_....._....._.-.__..._......_-------.._..____...________ _ .............................._..
j Part III—Supplemental Terms and Conditions Panes 7-9
Part IV—Scope of Work Pages 10-13
Attachment A—Bid Sheet ; page 14
Attachment B—Reference Sheet 3 Page 15
Attachment C—Prevailing Wage i Page 16
Attachment D—Respondent Questionnaire Page 17
......................._....._..._.....
_.._
Page 2 of 17
City ofRond �oo
~ ,'"" Exhibit "A"
Drywall Services
IFBNo. 1Q-O2G
Class/Item: 910-75
September 2019
4. For questions orclarification ofspecifications, you may
Oscar Wise,CTCK8
Purchaser
Purchasing Division
City ofRound Rock
Phone: 512-218-5456
E-mail:
The individual listed above may be contacted by e-mail for clarification of the specifications only. No
authority in intended or implied that specifications may be amondod, or alterations accepted prior to
solicitation opening without written approval of the City of Round Rook through the Purchasing
Department.
S. It is the City's intention tofollow the solicitation timeline below.
EVENT DATE
Solicitation released September 19th 2019
Mandatory Pre-Bid meeting October 15t,2019 @ 9:30 AM, CST
Deadline for submission of questions October 811,2019 @ 5:00 PM, CST
City responses to questions or addendums Anticipated date October 1 11h, 20i9 @ 5:00
PM, CST
Deadline for submission of responses October 22nd 2019 @ 3:00 PM, CST
All questions regarding the acUioboUon shall be submitted in writing by 5:00 PK0. CST on the duo 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 wobpuge in the form of an addendum at
Questions oheU be submitted in vvhUng to the"Authorized Purchasing Contact". The City naooneo the
right to modify these dates. Notice of date change will be posted to the City's website
.
". websitet
hftr)://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation described herein.
Various updates may include addendums,cancellations, notifications, and any other pertinent
inf=..aoun / eueu^u/y for the uuummamn of a correct and accurate response. The City will not be held
responsible for any further communication beyond updating the website.
/. : A pre-bid meeting will be conducted to fully acquaint Respondents with the
specifications and bid submittal requirements. The pre-bid meeting will be conducted on the date
specified in PART! Section 5-Schedule of Events.
A. Attendance at the pre-bid meeting is NVANDATQRY. Respondents shall sign-in at the pm-bid
meeting to document their attendance.
Executive Conference Room`City Hall Council Chambers
221 East Main St
Round Rock,Texas r86G4
B. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the
pre-bid meeting.
Page 3of17
City of Round Rock Exhibit "A"
Drywall Services
IFB No. 19-026
Class/Item: 910-75
September 2019
8. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM. 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: Oscar Wise
Purchasing Department
221 E. Main Street
Round Rock,Texas 78664-5299
A. Sealed responses shall be clearly marked on the outside of packaging with the solicitation title,
number, due date and"DO NOT OPEN".
B. Facsimile or electronically transmitted responses are not acceptable.
C. Responses cannot be altered or amended after opening.
D. No response can be withdrawn after opening without written approval from the City for an
acceptable reason.
E. The City will not be bound by any oral statement or offer made contrary to the written specifications.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the
property of the City.
9. BIDDER RESPONSE REQUIREMENTS:The City of Round Rock makes no warranty that this checklist
is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to
assist participating Respondents in compiling their final responses. Bidders are to carefully read the
entire solicitation.
Bidders shall submit one(1)evident signed"Original"of the response requirements including any required
attachments and one(1)identical-to-the-original electronic copy of the IFB response on a flash drive.The
samples and/or copies shall be provided at the Respondent's expense and shall become the property of
the City.
This invitation for bid (IFB)does not commit the City to contract for any supply or service. Respondents
are advised that the City will not pay for any administrative costs incurred in response preparation to this
IFB; all costs associated with responding to this lF13 will be solely at the interested parties'expense. Not
responding to this iFB does not preclude participation in any future RFP/RFQ/IFB.
For Vour bid to be responsive, the attachments identified below shall be submitted with your
proposal.
Addendums:Addendums may be posted to this solicitation. Bidders are required to submit signed
addendums with their sealed response. The Bidder shall be responsible for monitoring the City's
website at htt ://www.roundrocktexas. ov/bids for any updates pertaining to the solicitation.
* 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 will 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 than the City's Solicitation Document may
result in disqualification of the response.
Attachment B: REFERENCE SHEET Provide the name, address, telephone number and EMAIL of
at least three(3)valid Municipal, Government agencies or firms of comparable size that have utilized
services that are similar in type and capacity within the last two(2)years.City of Round Rock
references are not applicable. References may be checked prior to award. If references cannot be
confirmed or if any negative responses are received it may result in the disqualification of submittal.
Attachment D: RESPONDENT QUSTIONNAIRE: Complete the respondent questionnaire and
submit with bid packet. Attach additional pages as needed. Failure to complete the respondent
questionnaire may result in disqualification
Pace 4 of 17
City of Round Rock Exhibit "A"
Drywall Services
IFB No. 19-026
Class/Item: 910-75
September 2019
10. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses,
or to accept any response deemed most advantageous, or to waive any irregularities or informalities in
the response received that best serves the interest and at the sole discretion of the City. All solicitations
received may be evaluated based on the best value for the City. In determining best value,the City may
consider:
A. Purchase price;
B. Reputation of Respondent and of Respondent's goods and services;
C. Quality of the Respondent's goods and services;
D. The extent to which the goods and services meet the City's needs;
E. Respondent's past performance with the City;
F. The total long-term cost to the City to acquire the Respondent's goods or services;
G. Any relevant criteria specifically listed in the solicitation.
H. EVALUATION FACTORS
Total of 100 points assessed as follows:
i. Cost-60 points total
ii. Response to Attachment D—Respondent Questionnaire--40 points total
Company and individual work experience 25 points
Training and development 10 points
o Vehicle and equipment list 5 points
I. 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.
11. CONFIDENTIALITY OF CONTENT:As stated in Section 16 of City of Round Rock Purchasing
Definitions, Standard Terms and Conditions, all documents submitted in response to a solicitation shall
be subject to the Texas Public Information Act. Fallowing 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
A. 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.
B. If a request is made under the Texas Public Information Act to inspect information designated as
confidential,the Respondent shall,upon request from the City,furnish sufficient written reasons and
information as to why the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
12. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code
requires the successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed
and notarized for a contract award requiring council authorization.The"Certificate of Interested Parties"
form must be completed on the Texas Ethics Commission website, printed, signed and submitted to the
City by the authorized agent of the Business Entity with acknowledgment that disclosure is made under
oath and under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission
Webpage:hs/Iwww.ethics.state.tx.us/wha#snew/elf info form1295.htm
Page 5 of 17
City of Round Rock Exhibit "A"
Drywall Services
IFB No. 19-026
Ciass/Item:910-75
September 2019
PART II
DEFINITIONS,STANDARD TERMS AND CONDITONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation,
the Bidder agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of
release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement
or on the face of a purchase order.Said Definitions, Terms and Conditions are subject to change
without notice. It is the sole responsibility of Bidders to stay apprised of changes. The City's Definitions,
Standard Terms and Conditions can be viewed and downloaded from the City's website at:
https•//www roundrocktexas gov/departments/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: itts:llww�v.roundrocktexas.govldeoartmentslpurchasincl
Page 6 of 17
City of Round Rock Exhibit "A"
Drywall Services
IFB No. 19-026
Class/Item: 910-75
September 2019
PART III
SUPPLEMENTAL TERMS AND CONDTIONS
1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the
following:
A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty
(60)months.
B. 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:
A. Be firms, corporations, individuals or partnerships normally engaged in providing commercial
drywall services as specified herein and have adequate organization,facilities, equipment,
financial capability, and personnel to ensure prompt and efficient service to the City;
B. 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;
C. Operate a commercial business location from which work crews are dispatched that is required to
be within a 35-mile radius of downtown Round Rock.
D. The Drywall Installer/Framer shall have at least five(5)years'experience and a minimum of three
(3)years'commercial experience.
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 drywall 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 and comply with all applicable sections of
Chapter 2258.
Attachment C-Prevailing Wage Rates are posted in Solicitation Documents for IFB 19-026
Drywall Services on the City of Round Rock website at:
httrs://www.roundrocktexas.f4ov/deQartments/purchasing/purchasing-active-solicitations/
5. PRICING:The Bidder shall determine and submit a fixed cost for the work and shall include all incidental
costs,labor,overhead charges,travel,payroll expenses,freight,equipment acquisition and maintenance,
demurrage,fuel surcharges, delivery charges, costs associated with obtaining permits,insurance,bonds
and risk management. No separate line item charges shall be permitted for either response or invoice
purposes.
Page 7 of 17
City of Round Rock Exhibit "A„
Drywall Services
IFB No. 19-026
Class/item:910-75
September 2019
6. PRiCE INCREASE: Contract prices for drywall 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.
A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage
change in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers.
The price adjustment rate will be determined by comparing the percentage difference between the
CPI in effect for the base year six-month average (January through June OR July through
December); and each (January through June OR July through December six month average)
thereafter. The percentage difference between those two CPI issues will be the price adjustment
rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index(CPI)is
found at the Bureau of Labor Statistics,Consumer Price Index website: ht(g./Iwww.bls. civ/c J/.
B. Procedure to Request Increase:
i. 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
ii. 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 at any time 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.
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:
A. Ensure Respondent's employees perform the services in a timely, professional and efficient
manner;
B. Ensure Respondent's employees,wear a company uniform that clearly identifies them as the
Respondent's employee,while working on City property.
C. 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.
D. The Respondent shall provide background checks on all employees assigned to a project prior to
commencement of work to the City's designated representative.
Pa,ge 8 of 17
City of Round Rock Exhibit "A"
Drywall Services
IFB No. 19-026
Class/Item:910-75
September 2019
E. 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.
11. PERMITS: The Contractor shall verify and obtain all necessary permits, licenses, and/or certificates
required by federal, state and local laws, ordinances, rules or regulations for the completion of the
services as specified if required for the project.
12. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single
award, split award, primary and secondary award, non-award, or use any combination that best serves
the interest and at the sole discretion of the City. Award announcement will be made upon City Council
approval of staff recommendation and executed agreement. Award announcement will appear on the
City's website at http://www.roundrocktexas.gov/bids.
13. POST AWARD MEETING: The City and successful Respondent(s) may have a post award meeting to
discuss, but not be limited to the following:
A. Provide City contact(s)information for implementation of agreement.
B. Identify specific milestones, goals, and strategies to meet objectives.
14. POINT OF CONTACT/DESIGNATED REPRESENTATIVE:
A. 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.
B. The City's designated representative: The City's designated representative shall be:
Corey Amidon
Facility Maintenance Manager
General Services
Phone: 512-341-3144
E-mail: Camidon&roundrocktexas,gov
15. INTERLOCAL PURCHASING AGREEMENTS
A. 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.
B. The City does not accept any responsibility or liability for the purchases by other government
agencies through an interlocal cooperative agreement.
Page 9 of 17
City of Round Rock Exhibit "A"
Drywall Services
1FB No. 19-026
Class/Item:910-75
September 2019
PART IV
SCOPE OF WORK
1. HISTORY: The City has approximately 1,000,000 square feet of maintained property and occupies
approximately 54 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.
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 drywall installation,framing,and repair. Services shall
consist of repairs and miscellaneous projects.
Services performed shall require prior authorization from the City's Facility Maintenance Department.
Only services meeting the herein mentioned specifications on workmanship 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, they shall equal or better the level of finish at the existing
conditions and be compliant with all applicable code requirements.
A. All materials used in any project shall be new unless pre-approved by the City's designated
representative.
B. 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.
C. 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. DRYWALL INSTALLER/FRAMER REQUIREMENTS: The following contains the minimum
requirements and experience for drywall installation, repair, and finishing services required by the City.
The Contractor shall ensure that all personnel are skilled and qualified to perform the services as
requested.
A. Contractor shall have a working knowledge of commercial and residential drywall installation,
repair, and finishing work to include work with metal studs.
B. The functions shall include but not be limited to: lay out projects, install all drywall units, repair
drywall units, finishing work, and other drywall work as described by the project manager.
C. Contractor must be familiar with and have a working knowledge of all tools and equipment
applicable to the drywall trade and have extensive knowledge of building materials.
D. Contractor must be able to work unsupervised and run a crew.
E. The Drywall Installer/Framer shall have at least five(5)years'experience and a minimum of three
(3)years'commercial experience and possess all the necessary tools required to complete
projects specified by the City.
Page 10 of 17
City of Round Rock Exhibit "A"
Drywall Services
IFB No. 19-026
Class/item:910-75
September 2019
F. It is the responsibility of the Contractor to supervise their employees and to ensure that the work
crew acts in a professional manner regarding conduct,dress, and language. Employees that are
found to be non-compliant with these requirements shall be removed by the Contractor from City
property.
5. 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.
A. The City shall be provided with the designated person's name and telephone number.
B. 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.
C. Answering machines are unacceptable as a point of contact.
D. The contact person shall be identified in the solicitation response and may be required to attend an
oral presentation to the selection team prior to award of contract.
6. 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.
7. RESPONSE TIME: Response times shall be as follows:
A. Regular business hours shall be from 7:00 AM to 6:00 PM
B. 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.
8. REGULAR AND OVERTIME WORK HOURS: Regular Business hours are 7:00 am to 6:00 pm
Monday through Friday. Overtime pay consisting of hours outside the designated regular business
hours,will be allowed by the City if deemed necessary and approved by the City's designated
representative in advance of work. Overtime work performed in excess of regular work hours or on
weekends or holidays shall be based on the rate of regular labor not to exceed one and one half(1 'f2)
times the fixed hourly rate for the tradesman performing the service. Respondent shall submit a total
hourly and overtime rate price for labor that includes, but not be limited to, all costs for labor, overhead
charges, travel, and payroll expenses.
9. SAFETY:
A. 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.
B. 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 that are present at the work site.
Pagc 11 of I7
City of Round Rock Exhibit "A"
Drywall Services
IFB No. 19-026
Class/item:910-75
September 2019
10. 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.
Each written estimate shall include the following information:
A. Department name and location of the project;
B. Contractor's designated contact name and telephone number;
C. Breakdown of Labor costs(Number of workers, hourly rate);Also include Supervisor hours and
rate if applicable.
D. Materials(Detailed description, quantity, unit price and extended price amounts);
E. Cost of Equipment rented to complete project;
F. Total Cost(Labor and materials);
G. Description specifying work to be done;
H. Time projected to complete the project.
11. 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 that 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.
12. DELIVERY AND STORAGE: It shall be the responsibility of the Contractor to make all arrangements
for delivery, unloading, receiving and storing drywall 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.
13. WORK REPORTS: Respondent shall complete and furnish a work report for each project. A copy of
each work report shall be presented with time and material used. Reports shall include, at a minimum,
the following information:
A. Location of the worksite;
B. Date and time of arrival at worksite;
C. Time spent for repair;
D. Date and time work at location is completed;
E. Part(s)ordered, and equipment rented, if necessary
F. A detailed description of all the completed repair work certifying the location is in working order
shall be signed by the City's designated representative at the time the work is performed.
14. ORDER QUANTITY:
A. Bids per project shall not exceed 10%waste expectation on all quantities.
B. Prices for materials will be on a cost-plus basis. The percentage(%), if any,of markup will be
designated by the Respondent in the solicitation response document. Invoices for work performed
shall require a copy of a supplies receipt to be included. Failure to provide the contracted cost-
plus percentage (%)on an invoice may result in payment at cost.
Page t?of 17
City of Round Rock Exhibit "A"
Drywall Services
IFB No. 19-026
Class/item:910-75
September 2019
15, INVOICE REQUIREMENTS: Each project shall be invoiced separately; the Contractor shall include
detailed information on each invoice:
A. The total hours worked and hourly rate for labor. Labor hours hour shall include costs of labor,
overhead charges, travel, payroll expenses and Supervisor total hours and rate if applicable.
B. 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.
C. Invoices shall have attached a copy of paid materials receipt from the supplier.
Page 13 of 17
City of Round Rock Exhibit "A"
Drywall Services
lFB No. 19-026
Class/Item:910-75
September 2019
ATTACHMENT A
BID SHEET
I. ATTACHMENT A-BID SHEET is posted in Solicitation Documents for IFB No. 19-026 Drywall Services
in an Excel format on the City of Round Rock website at:
https://www.roundrocktexas.gov/departments/iDurcheis.in f urchasin -active-solicitations/
A. In order to be considered responsive Attachment A-Bid Sheet must be completed and signed by an
authorized representative and returned by the deadline for submission of response indicated in Part
I Section 5—Schedule of Events.
B. 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.
C. 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: rs/default.aspx.
D. 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.
E. 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.
Page 14 of 17
I T ATTACHMENT M WLETCITY OF ROUND ROCK
Solicitation Number: IFB No.19-025
Solicitation Description Drywall Services
Purchaser: Oscar Wise
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 19-026 Drywall 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 Contract award will be made by the City in an estimated amount not-to-exceed$150,000 per year. Pricing bid
below is being collected for cost evaluation purposes only.
Special Instructions: All prices must be quoted in order to be considered responsive.A value of"0"will be interpreted as no-cost to
the City. Be advised that exceptions taken to any portion of the solicitation or any unauthorized changes to the bid sheet will result in
the rejection of the bid.
Cost=60 points
tzfftfiffAtffd-
Annual
Description quantity Unit Unit Cost Extended Cost
Drywall Installed Framer Regular Hourly
Rate. 500 Hourly $35.00 $17,50000
Drywall Installer/Framer Overtime Hourly
Labor Rate. The overtime rate shall not
exceed one and one half times the regular
hourly rate. 100 HourIx $40.00 $4 000.00
Drywall Helper Regular Hourly Labor Rate.
500 Hourly $30.00 $15,000.00
Drywall Helper Overtime Hourly Labor Rate
The overtime rate shall not exceed one and
one half times the regular hourly rate.
100 Hourly $35.00 $3,500.00
Annual Total: $40,000.00
Page 1 of 2
AT,'EDATTACHMENt;-4ib�'AEETCITY OF ROUND ROCK
Information Only:
Replacement Parts and Materials(shall not exceed 20%)
Supervisor hours are not anticipated for most repair or project needs but shall be listed here for contract purposes.
Percent over cost: 20,00%
Supervisor Hourly Rate: $45.00
Optional:
List hourly rates for Tape, Floating and Texturing. If you do not provide this service,please mark as zero(0).
Estimated
Annual
Description Quantity Unit Unit Cost Extended Cost
Tape, Floating and Texturing Regular Hourly
Labor Rate.
500 Hourl $35.00 $17,50000
ITape, Floating and Texturing Overtime y
Hourly Labor Rate. The overtime rate shall
not exceed one and one half times the
regular hourly rate,
100 Hourly $40,00 $4,000.00
Tape, Floating and Texturing Helper Regular
Hourly Labor Rate.
I
500 Hourly $30,00 $15,000.00
Tape, Floating and Texturing Helper
Overtime Hourly Labor Rate. The overtime
rate shall not exceed one and one half times
the regular hourly rate.
100, 1 Hourly $35.00 $3,500.00
Annual Total: $40,000.00
Response to Attachment D-Respondent Questionnaire-40 points total
o Company and individual work experience 25 points
o- Training and development 10 points
Vphirlc-;;nri gm dnmPntji2t.1;-Wninfc:
COMPANY NAME: Cobos Deslgn, Constru ' 'j'nc
SINGATURE OF AUTHORIZED REPRESENTATIVE: .110
PRINTED NAME: CaTL;Tbos
EMAIL ADDRESS: cobosdcqaj_2yahoo.corn
Page 2 of 2
Exhibit "A"
Q10. The solicitation states a response time for non-emergency jobs. Please clarify what the expected response
time will be for emergency jobs.
A10."i"tie city does not anticipate ihey vVill nequ)re emergency work tinder this conract. 'The City wil°
accept the same responsetime for an emergency job as for a non-emergency job as per Part IV, Iter;
7.3,
Ill. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY: October 10,2019
Oscar Wise, Purchaser
Purchasing Office, 512-218-5456
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation
ACKNOWLEDGED BY:
Name Adth6rized-Signatiul re Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
Page 2 of 2
City of Round Rock Exhibit "A"
Drywall Services
(FB No. 19-026
Class/item:910-75
September 2019
ATTACHMENT B:
BIDDERS REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: a
RESPONDENT'S NAME: D �S . DATE:
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
Name of Contact t O
Title of Contact
E-Mail Address •
" ! . . .
Present Address
City, State,Zip Code ZA TK
4
Telephone Number ( : ) Fax Numbers {
2. Company's Name , (
Name of Contact
ut itrcj4;�_
Title of Contact �.�
_ _
E-Mail Address ti cx-.C''c1
Present Address 5,j
City, State, Zip Code •
Telephone Number Fax Number:
3. Company's Name
...�...w Jam.. ... t�C,• �,. •._��.... .
Name of Contact
.... 4 Lam' -' �� �TMr°9R✓ �:`i
Title of Contact .,
E-Mail Address $
Present Address
1311 Xotlhn�i -1
City, State,Zip Code u O
Telephone Number
.�. _ ) "ax Number. ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD,
Pwae 15 of 17
.City of Round Rock Exhibit "A"
Drywall Services
IFB No. 19-026
Class/Item: 910-75
September 2019
ATTACHMENT C
PREVAILING WAGE
1. ATTACHMENT C-Prevailing Wage Rates are posted in Solicitation Documents for 11713 No. 19-026
Drywall Services on the City of Round Rock website at:
https://www.roundrocktexas.gov/der)artments/gurchasing/gurchasing-active-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
them 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 them 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.
Page 16 of 17
City of Round Rock Exhibit "A"
Drywall Services
IFB No. 19-026
Class/item., 910-75
September 2019
ATTACHMENT D
RESPONDENT QUESTIONNAIRE
40 Paints
Name of Business: _
Physical Address of Headquarters (HQ):
t t;k S
Physical Address of Serving Branch:
(if different address from HQ)
...................._.._..__...........- .......................................................................
_...... .. _
1. On a separate sheet of paper describe training and development provided to staff. (10 Points)
2. EQUIPMENT LIST-Attach a separate sheet of paper that describes the type of vehicles and equipment
that will be used to support this contract. This inventory list shall provide line item information of assets
including type of equipment, brand, quantity, and age. (5 Points)
3. Number of full-time employees that are eligible to work on City of Round Rock projects:
"--'r —1
Number of Employees:
4. How many years has your company been in the Commercial Drywall Business?
Number of years in the
commercial Drywall business:
5. EXPERIENCE:Can 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)
A. Company work experience: Describe recent company work experience(2 years or less)for at least 2
commercial contracts for Drywall Services.
B. Individual Work Experience: Include the resume of the owner and lead personnel as well as
supporting documentation as applicable; such as certifications, licenses and years of experience of
the drywall installers and/or framers,
(REMINDER: per Part III, Item 2.D."The Drywall Installer/Framer shall have at least five(5)years'
experience and a minimum of three (3)years'commercial experience")
Pale 17 off 7
Exhibit "A"
DESIGN & CONSTRUCTION
Table of Contents
Company History
!Mission Statement
Methodology
Personnel
Training and Development
Insurance
Warranty and Support
Vehicles and Equipment
Exhibit "A"
DESIGN & CONSTRUCTION
Company History
I would like to introduce our construction company for consideration for award of
your Carpentry Services Contract. Cobos Design & Construction is a family
owned and operated business that has served the Austin area since 1950.
With each new generation, our business has seen Austin grow, as a result we have
become integrated into the development and success Austin has enjoyed. As such,
we take pride in our work and the one-to-one level of service we provide to our
clients
We also reach out into the community by donating financial support and services to
various churches and youth groups. For over 25 years we have provided a
scholarship program for all CDC family members, employees and employees
families. It has always been a priority to recycle our time, talent and treasure back
into our home town.As a native family of Austin, we feel that what is good for the
community is good for us. It is impossible to put a price tag on what has been given
and what has been received.
CDC has well over 100 suppliers of various construction materials which
allows us to shop the best pricing for our clients. Because of the longevity
and the large amounts of supplies purchased we have built an impeccable
credit history with all of the major supply houses.
CDC has primarily focused on State,County and Austin Independent School District
contracts.At the present time, we are under contract by-TRS, TWC, CORR,
TXHHSC, RRISD, and AISD to provide construction services on a time and
materials contract.We have maintained several contracts with various state
agencies on a continuous basis for the past 20 years. As a result we have become
very aware of the importance of fulfilling our obligations to our clients under these
contracts.
We have received various awards and letters of appreciation throughout the years.
We also have many recommendations from past and present clients.Our father,
Freddie Cobos, told us at a young age that "we could use his last name for business
as long as we didn't mess it up."With this in mind we can say that our family has
held up their end of the bargain.
Exhibit "A"
DESIGN & CONSTRUCTION
Mission Statement
Cobos Design&Construction, Inc. takes pride in providing value-added construction services to
our customers by creating a successful partnership with them throughout the construction
process. Cour pledge is to establish lasting relationships with our customers by exceeding their
expectations and gaining their trust through exceptional performance by every member of the
construction team. We will provide a professional approach to constructing exceptional quality
projects which meet budget and schedule goals.
Exhibit "A"
DESIGN & CONSTRUCTION
Methodology
Organizational Chart
Project Manager
Oversee Project Budget,Change orders,ASI's,
RFI's,Submittals,and Schedule.
Mice Manager Project Superintendent Safety Supervisor
Oversee/manage pay-app,accounts oversee daily site operation,schedule oversee safety program,weekly safety
receivable&payable,payroll reports, Implementation,and subcontractor/supplier meeting,enforcement,and safety
and Insurance environment
Employees
Perform Contracted Disciplines
Proiect Manager
Oversees Project Budget to insure profitability of General Contractor's contract with
owner, works closely with the Owner's Representative, whether it be the Architect
and/or Engineers of Record, in regards to implementation of the construction
schedule. Request for Information, Submittals (product date, shop drawings, or
samples, etc.), and change order's that affect the projects scope and/or budget.
Prepares Agendas and applicable Logs for weekly or bi-weekly Progress meetings.
The Project Manager will assemble documents for Close-Outs; all required Record
Documents, As Builds and Operations Maintenance Manuals.
Exhibit "A"
DESIGN & CONSTRUCTION
Methodology
(Continued)
Project Superintendent
Oversees and manages the daily construction site activities, such as security, Safety
implementation and enforcement, which may or may not be inclusive of a Safety
Supervisor. Maintains a continuance of Quality Control of operations, whether it be
workmanship management, start and finish of work week schedule (hours or calendar
days), and site access of construction personnel, whether it be Construction Team,
Design Team, Owner, and/or end user. Will likewise manage Supplier's access for
delivery of material.
Office Manager
Manages the monthly administrative activities such as Payment Applications,
Accounts Receivables,Account Payable, Insurance maintenance, Payroll Reports,
and project Close-Out concerning Consent of Surety, Release of Lien and Affidavits of
All Bills Paid.
Safely Supervisor
If project applicable, oversees General Contractor's Safety Program, inclusive of
HazCorn Program. Will oversee weekly Safety Meetings at project site, responsible
for Safety Implementation and Safety Enforcement as needed. Responsible for the
overall Safety Environment of the project site. If specific Safety Supervisor is not
deemed necessary for any given project, then the Project Superintendent will assume
the role and these duties.
Exhibit "A"
DESIGN & CONSTRUCTION
Methodology
(Continued)
Emplo-yees
Hired directly by General Contractor to perform specific disciplines or project schedule division of said
discipline and/or Scope to be as per the Design Architect and/or Engineer's Plans and Specifications.
Any given employee will be bound to the same terms and conditions as the General Contractor to
achieve the same end goals/results specified for the project,
Proiect Leadership
Any given project is only as successful as its leadership, whether it be by the Construction
Team, Design Team, or Owner/ User. None of these entities can be successful in and of
itself alone. The necessity to recognize the leadership roles of each primary team member of
each entity will only enhance the successful completion of a project especially as it concerns
the Contract Calendar Days/Budget.
The obvious role of the General Contractor, its Employees and/or Suppliers is to know that they
serve the needs of the project. The General Contractor's Project Manager and its Superintendent
are the primary leaders in maintaining the integrity of the design aspect of the project, which is
inclusive of having a knowledgeable understanding of the project scope, it's specific applicable
Divisions,whether it be Site Project Renovation or complete Ground Up New Facility. Leadership
also requires that one recognize the skills that another team member adds to the project,whether
it be from the General Contractor to the Architect and/or Engineer, the Owner to the General
Contractor, the end user to the Owner. Ultimately, the General Contractor is responsible to take a
project's design and turn it into reality, a structure or facility for the Owner and Architect's intended
use for the end user. Project leadership is Paramount. Therefore, it is our policy that every
member of our company share in this responsibility as a team.
Exhibit "A"
DESIGN & CONSTRUCTION
Methodology
(Continued)
Quality Assurance Process for Employees
Cobos Design& Construction, Inc., will manage any given employee accordingly. This would be the
origin of assuring an employee performance on a project. They would be answerable as well to the
Jurisdiction Having Authority, such as Municipalities Inspections Departments for proper and
acceptable building practices. Oversight will be provided by General Contractors Project
Superintendent to guarantee proper placement and installation of any given structure or finish. We also
recognize that the Design Team as well has the right to accept or refuse any given installation of an
employee's scope if it is outside of the design parameters of a project. Non-Compliance by any given
employee can and will be subject to possible termination by the General Contractor.
Safely Reporting & Enforcement
Cobos Design&Construction, Inc. fully understands the necessity of a solid Safety Program as well as its
enforcement. Fortunately Cobos Design & Construction, Inc. has never had a major accident on any of its
projects over the last 25 plus years in operation. Concerning Safety Reporting, if an accident does occur and
is deemed a "recordable case", Cobos Design &Construction, Inc., would use Federal 300 and 301 Logs as
provided by the Occupational Safety and Health Administration (OSHA), and forward to the applicable
authorities for our notification as well as their records, Enforcement of all Safety requirements on any given
project will be the responsibility of the designated Safety Personnel employed by Cobos Design&
Construction, Inc., which is generally the Project Superintendent. Enforcement parameters are detailed in the
company Written Safety program which addresses the minimum of a written warning to termination.
Exhibit "A"
DESIGN & CONSTRUCTION
Personnel
The following personnel will be assigned to this project. Personnel have been selected
based on their ability to work together as a team with specialties in related fields
specific to your contract.
Because our business has prospered for so many years we have been able to
maintain the best crews in their line of work. We have crews that have been
with us as long as 20 years. Sadly,we have also seen employees pass away.
Ourfamily and connections are here in Austin, which is the reason we only
contract in theAustin and surrounding area. Cobos Design&Construction,
Inc. is an Equal Opportunity Employer,which has had the pleasure of hiring
many female workers,also from different ethnic backgrounds and religions.
Just as we were raised intothe construction business we brought in several
family members into our business. They were able to learn the value of honest
work,respect for fellow workers and the confidence to reach theirfull potential.
Ourcompany prides itself in family and employee unity.
Cal Cobos Co-owner—President
Mr. Cobos is a co-owner of CDC with his brother Ben S. Cobos. His career in
construction has spanned his entire lifetime. Although,40 years ago he took over
the family business. Since,that time he has completed countless public works
projects. He serves as head of Cobos Design&Construction, Inc. and supervises
all phases of each project.
Ben S. Cobos Co-owner-Vice President—Project Manager
Ben S. Cobos has also spent a lifetime devoted to the construction industry. After
35 years of working in the family business he has become a seasoned contractor.
Ben oversees the work crews and sub-contractors. Ben also works closely with the
owner and the architects. Together Cal and Ben always manage each and every
phase of their projects.
Exhibit "A"
DESIGN & CONSTRUCTION
Personnel
(Continued)
Linda Rodriguez—Office Manager
Linda has been CDCls office Manager for more than 20 years.She brings a cheer
and dedication to the entire company. Her willingness to serve has allowed her to
learn every aspect of the construction industry.
Crew #1
0 Leobardo,Dominguez—Project Superintendent
Leobardo came to Cobos Design&Construction, Inc. i n December of 2002.
Along with him came three of his cousins, Arturo Briceno,Alvaro Briceno and
Gabriel Briceno. At that time Cobos Design & Construction, Inc. was working for
the Texas Rehabilitation Commission building firewalls and office space and
adding door hardware. Leobardo and his crew were instrumental in completing
our project in a timely manner. Prior to working for Cobos Design &Construction,
Inc. Leobardo and his crew were employed with Walls and All where they had 5
years previous experience.
Leobardo and his crew have competed projects with the other state agencies that
we work for the Austin and Round Rock Independent School Districts.
Arturo Briceno-
–Drywall Installer/Finisher
Arturo joined Cobos Design& Construction, Inc. in December of 2002. Prior to
joining Cobos Design & Construction, Inc., he had 5 years prior experience with
Walls and All. His history with Cobos Design &Construction, Inc. is an exact
mirror of Leobardo Dominguez.
Exhibit "A"
DESIGN & CONSTRUCTION
Personnel
(Continued)
Alvaro Briceno-
Journeyman— Drywall Installer/Finisher
Alvaro joined Cobos Design &Construction, Inc. in December of 2002. Prior to
joining Cobos Design &Construction, Inc., he had 5 years prior experience with
Walls and All. He also has the same history as his brother and cousin.
Gabriel Briceno—Drywall Installer/Finisher
Gabriel joined Cobos Design &Construction, Inc. in December of 2002. Prior to
joining Cobos Design &Construction, Inc., he had 5 years prior experience with
Walls and All. His history is the same as his brothers and cousin.
Carlos Avila Juarez—Drywall Installer/Finisher
Carlos was added to Leobardo's crew in January of 2006. His duties include
Installing doors, door frames and door hardware, framing and sheet rocking
and demolition. Carlos plays a crucial role in pqm&g the work areas
prior to construction. He is very responsive to the needs of the rest of the crew.
Exhibit "A"
DESIGN & CONSTRUCTION
Personnel
(Continued)
Crew#2
• Benito Martinez— Project Superintendent
Benito was hired by Cobos Design &Construction, Inc. in August of 2002.Prior to
working for Cobos Design &Construction, Inc.,he and his father ran a family owned
business, Martinez Construction. Benito is one of our lead carpenters. He has been
running a crew of his own forthe last 15 years. His co-workers respect hisjudgment
and follow his lead. He has proven to be a team leader and is capable of resolving
any job site problems that might arise.
For the past 15 years Benito has been successful in completing the required
Projects performed for Teachers Retirement System,CORR,Austin Independent
School District,Texas Work Force Commission, ERS and other State Agencies that
Cobos Design& Construction, Inc.contracts with.
Alberto Solis—Drywall Installer/Finisher
Alberto hired on with Cobos Design &Construction, Inc. along with his brother
Benito in August of 2002. He also worked in the family businessprior to working with
Cobos Design &Construction, Inc. His experience has been side by side with his
brother. His commercial experience has been served at Teadiem Retirement System,
CORR for the last 10 years. He also has completed other construction projects ata
number of Austin area schools and many other State Agencies.
Exhibit "A"
DESIGN & CONSTRUCTION
Personnel
(Continued)
• Maria Martinet--Drywall Installer/Finisher
Maria was hired by CDC, Inc. in the fall of 2012. She grew up working in the
construction industry. As such, she has become a most welcomed asset. She
completes a very successful family crew.
• Jaime Garcia-- Drywall Installer/Finisher
Jaime came along with Benito and Alberto in the same year of 2002. He
completes the four man team that has provided carpentry services for Teachers
Retirement System for the last 10 years. He also has worked on many of Austin
area schools and State Agencies' projects. His attention to detail has made him a
valuable addition to Cobos Design &Construction, Inc.
Exhibit "A"
DESIGN & CONSTRUCTION
Personnel
(Continued)
Crew#3
• Ray Charro—Project Superintendent
Ray started employment with Cobos Design&Construction, Inc. in 1994. He has
been doing commercial remodel ever since. He now specializes in complex door
hardware systems. Providing hardware for handicap applications and making office
space comply with ADA Specifications. His training and experience in ADA
compliance has
made his knowledge a valuable resource to the Cobos Design&Construction Team.
• Robert Garcia—Drywall Installer/Finisher
Robert has been one of the longest lasting employees for CDC. He began his
training in the summer of 1990.He learned his trade working side by side with the
owners of the company. Because of the time and patience he was given during his
training he was able to excel in his abilities which resulted into a deep loyalty to the
company. Robert has given 25 plusyears of service in the commercial industry.His
attention to detail has made him the perfectionist he is today.
Exhibit "A"
DESIGN & CONSTRUCTION
Training and Development
Cobos Design&Construction, Inc. requires all employees to complete an OSHA— 10 Hour
Training Course.This course teaches health and safety awareness. Such as Fall Protection,
Personal Protective Equipment, Electrocution, OSHA Inspection Procedures and more.
Since, our seasoned employees are well versed on jobsite safety, it becomes natural
for the work crew to operate as a competent and efficient unit.
Our company goal has always been to provide a safe and welcoming jobsite for our
employees. We accomplish this by allowing our workers to grow with the company.
Thereby, enhancing them to develop into key players.
As a result the majority of our people have been with the company a minimum of ten
years and some over 20 years. Since, we have always provided the same type of
construction services,we have become experts in our field.
Exhibit "A"
DESIGN & CONSTRUCTION
Insurance
We have maintained construction insurance for the life of our business and have not once had
any type of claim, including liability, builder's risk or workman's comp. It is also important to
know that neither have we ever been cited by®SHA, our safety record is inspired by our
commitment to our employees,ourselves and our clients.
Cobos Design&Construction, Inc. requires all of its sub-contractors to be covered by general
liability, workman's comp and commercial auto insurances. In the event the sub-contractor is
not able to cover themselves,they will be covered by Cobos Design& Construction, Inc. All
notices of Insurance shall be posted as mandated by the State of Texas.
Cobos Design&Construction, Inc.will provide a Payment& Performance Bond on any project
that exceeds$25,000. Our bonding capacity is in excess of$500,000 on any one project.
Neither has our company ever defaulted on a Payment&Performance Bond.
Exhibit "A"
DESIGN & CO►NSTRUCTION
Warranty and Support
Cobos Design&Construction, Inc.,warranties the material and workmanship to be free from
defect for the period of one year. Cobos Design& Construction, Inc., warranty begins on the
date once notified of the Satisfaction of Completion.
Of definite benefit to Cobos Design&Construction, Inc. and City of Round Rock is the value of
adequate Warranty and Support. Not only would this be a contractual agreement but, it will
ensure the life and service of all components. Following are keys to success,
Response time-Cobos Design&Construction, Inc. will respond within 24 hour period to any
applicable Warranty item. Only exception would be if initial request falls on a Friday and the
item is not critical to the motion-function of the items(s)in question of greatest importance,
would be any and all Life Safety Issues, which we would respond to immediately.
Cobos Design&Construction, Inc., will be notified by the(Owner)City of Round Rock of any
repairs needed not, brought on by abuse or neglect.
We pride ourselves on our past record of satisfied clients including but not limited to various
State and public agencies. As a result we strive to complete our projects on time,within budget
and per our clients overall satisfaction.
If any addition information is needed feel free to contact me at(512)478-1986.
Cal Cobos
President
Exhibit "A"
DESIGN & CONSTRUCTION
Vehicles and Equipment
1. 2015 F-250 Crew Cab Pick-Up
2. 2011 F-350 Crew Cab Pick-Up
3. 2011 Ram 3500 Crew Cab Pick-Up
4. 2011 Ram 1500 Crew Cab Pick-Up
Trailers
1. 2016—6'x 12'Cargo Trailer
2. 2012—16' Flatbed Trailer
3. 2008— 12' Flatbed Trailer
Equipment
1. Hand Tools
2. Generators
3. Compressor and Nail Guns
4. Ladders
5. Scaffolding
6. Barricades and Cones
7. Fire Extinguishers and Safety Kits
Exhibit "A"
jx t
ROUND ROCK TEXAS
PURCHASING 01VIS10N
ADDENDUM
CiTY OF ROUND ROCK,TEXAS
Solicitation: IFB 19-026 Addendum No:`l Date of Addendum: 10110/19
This addendum is to incorporate the following changes to the above referenced solicitation:
I. Clarifications: The bid sheet has been updated with a revised copy. The City added optional line items for
taping/floating and texturing. Please complete this section of the bid sheet if you offer these services.
11. Questions:
Q1. Can we get paid for our time for estimates?
Al. No. You must incorporate this into your hourly rate established on the bid sl eek.
Q2. Can we add a line on the Bid Sheet for Estimates?
A2. .o-
Q3. Is installation included?
A3. Yes. Part IV, Scope of Work,Item 2 states "The Contractor shall provide pan-site servicas including
:all.materials and labor necessary to perform maintenance, repair, renovations, installation or
alteration for various City owned or occupied locations on an as ineeded basis for drywall
installation, framing,and repair. Services shall consist of repairs and miscellaneous prcjec, s..l
Q4. How do we bill for disposal?
A4. You mustaccount for this in your Hourly Rate.
Q5. Where do we take disposal material?Will there be a dumpster at each job?
A5. This will vary from job to job. There may be a durnoster at the job site, but you should account for
your disposal rates in your hourly rate.
Q6. As we have done previous work for the City of Round Rock, may we use them as a reference?
A6. No,you cannot use the Cite of Pound Rock as a reference,.
Q7. The Solicitation states employees must be in uniform. Will a safety vest with our company's name on it
suffice?
A7. a,� ax v :tai wumi .�rnn.
Q8. The prevailing wage rate referenced in the solicitation is dated 2016. Can we use the prevailing wage rate
for 2019?
A8. Flo,3."oun it nat y a.(1 pte� the 2019 prevailing wage rates. The City is currently using the 201
<Pmvailing Vt e
Schedule.
Q9. The solicitation indicates there should be one point of contact listed. Please clarify if this is a single point of
contact in administrative role or field personnel?
A9. The point of contact is referencing fieldfoperations personnei.
Page 1 of 2
AC40J LIF CERTIFICATE OF LIABILITY INSURANCE DATE(MMiDD1YYYY)
1/16/2020
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(ies)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).
PRODUCERCONTACT
Quirk&Company NAME:
P.O.Box 792030 PHONE __........__................._.Fax..............._...._._
(AIC,No): 210.340.4075
San Antonin,TX 78279 (AIC.No-941, 2.10.242,942............................_......_...__1 _
E-i'AAiL
ADDRESS:
INSURER(S)AFFORDING COVERAGE NAIL#
Wway.quirkca.ccam
INSURER A. Western World Insurance Company 13196
INSURED INSURFR B: Texas Mutual Insurance Compan> 22945
CObos Desigr�n and Construction, Inc.
1123 Manse}I Avenue INSURER c
Austin TX 78705 INSURER n
INSURER E:
INSURER F
COVERAGES CERTIFICATE NUMBER: 53657203 REVISION NUMBER:
I 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 1S SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
IN5R' ADDLUBR POLICY EFF f'OLICY.EXP
LTR TYPE OF INSURANCE POLICY NUMBER MMjDD/YYYY (MMIDDrfyyn LIMITS
A COMMERCIAL GENERAL LIABILITY NPP8602706 6/18/2019 6/18/2020 EACH OCCURRENCE S1,000000
CLAIMS-MADE `f OCCUR DAMAGE TO RENTED
PREMISES(Ea orrurrence) $100,000
E MED FXf2(Any one person) $5000
! PERSONAL&ADV INJURY S1 000000
GEN'L AGGREGATE LIMIT APPLIES PER, GENERAL AGGREGATE s2,000,000
V POLICY JE O LOC
PRODUCTS-cOMPIOP AGG S2,000000
OTHER DEDUCTIBLE Bl/PD S1,000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 5
Ea acc:dent
ANY AUTO BODILY INJURY(Par person) S
OWNED SCHEDULED
AUTOS ONLY AUTOS BODILY INJURY(Per accldent) S
HIRED NON-OWNED PROPERTY DAMAGE �
AUTOS ONLY AUTOS ONLY Per accident
S
UMBRELLA I" I OCCUR EACH OCCURRENCE S
LxCESS LlAB CLAIMS-MADE AGGREGATE j 5
.:....................................
LIED ( RETENTION S S
B WORKERS COMPENSATION SBP0001234875 3/7/2019 3/7/2020
PER E OTH
AND f MPLOYEIiS'LIABILITY Y 1 N ...�...'..57A.... ..1_ cft
ANYPROPRIFTOR/PART:'VIER/FXI CtlTIVE. €' t.L EACH ACCIDENT §)000 000
OFFICERIMEMSEREXCLUDED? I � N 1 A
(Mandatory in NH) F
Ii yes,describe under
E L.DISEASE-EA EMPLOYEE ,(0{}0 {�
DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT j S 1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space Is required)
The CGL policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when
there is a written contract between the named insured and the certificate holder that requires such status.The CGL policy contains a special
endorsement with"Primary and Noncontributory"Wording.The CGL policy includes a blanket automatic Waiver of subrogation endorsement that provides
this feature only When there is a written contract between the named insured and the certificate holder that requires it.
CERTIFICATE HOLDER CANCELLATION
City of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELWERED IN
Atte:Marilyn,Jackson, Contracts ACCORDANCE WITH THE POLICY PROVISIONS.
221 E Main Street
Round Rack TX 78664
AUTHORL7..ED REPRESENTATIVE
Luis A.Vaz uez
O 1088-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2015103) The ACORD name and logo are registered marks of ACORD