R-2020-0032 - 2/13/2020 RESOLUTION NO. R-2020-0032
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 Partners Remodeling, Restoration & Waterproofing,
LLC will provide goods and services at the best value for the City; and
WHEREAS, the City Council wishes to accept the bid of Partners Remodeling, Restoration &
Waterproofing, LLC, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase of General Building Construction Trades Services (Drywall Trade) from
Partners Remodeling, Restoration & Waterproofing, LLC, a copy of said Agreement being attached
hereto as Exhibit"A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
0112.2020;00438774
RESOLVED this 13th day of February, 2020.
CRAIG OR AN, Mayor
City of Round ock, Texas
ATTEST:
SARA L. WHITE, City Clerk
2
EXHIBIT
CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF GENERAL BUILDING C+C.I.NSTRUCTION
TRADES SERVICES (DRYWALL TRADE)
FROM
PARTNERS.REMODELING RESTORATION& WATERPROOFING LLC
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREEMENT for 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 for related goods and services, referred to
herein as the "Agreement," is made and entered into on this the day of the month of
2020, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule
municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664,
referred to herein as the "City," and PARTNERS REMODELING, RESTORATION &
WATERPROOFING, LLC, referred to herein as "Partners Remodeling,' whose offices are
located at 3219 Harpers Ferry Lane, Austin, Texas 78745. This Agreement supersedes and
replaces any previous agreements between the named parties, whether oral or written, and
whether or not established by custom and practice.
RECITALS:
WHEREAS, City desires to purchase certain on-site services in the nature of general
building construction trades services (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
City desires to purchase same from Partners Remodeling;and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods, and
City has selected the bid submitted by Partners Remodeling;and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW,THEREFORE,WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration,the receipt and sufficiency of which are hereby acknowledged,the parties
mutually agree as follows:
00438036/ss2
1.O1 DEFINITIONS
A. Agreement means the binding legal contract between City and Partners
Remodeling whereby City is obligated to buy specified services and Partners Remodeling is
obligated to sell same. The Agreement includes the following: (a) City's invitation for Bid
designated Solicitation Number 19-026 (b) Partners Remodeling Response to IFB; (c) contract
award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or
conflicts in the contract documents shall be resolved by giving preference in the following order:
(1) This Agreement;
(2) Partners Remodeling's Response to IFB;
(3) City's Invitation for Bids,exhibits,and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties,Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goads and services mean the specified services, supplies, materials,
commodities, or equipment.
F. Partners Remodeling means Partners Remodeling, Restoration &
Waterproofing, LLC, or any of its successors or assigns.
2.01 EFFECTIVE DATE,INITIAL TERM,AND ALLOWABLE RENEWALS
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by operation of the
term stated herein,or until terminated or extended as provided herein.
B. The term of this Agreement shall be for sixty (60) months from the effective date
hereof.
C. Prices shall be firm for the duration of this Agreement and for any renewal
periods. No separate line item charges shall be permitted for invoicing purposes, including but
not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other
extraneous charges. City may permit "unit price" adjustments upwards only in accordance with
Part III, Item 6 of City's Invitation for Bid included as a part of Exhibit"A,"attached hereto and
incorporated herein by reference for all purposes. Any price increase shall be requested by
Partners Remodeling in writing and accompanied by the appropriate documentation to justify the
requested increase. Partners Remodeling may offer price decreases at any time and in excess of
any allowable percentage changes.
D. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Partners Remodeling to supply the services as outlined in IFB Solicitation
Number 19-026; and Response to IFB submitted by Partners Remodeling, all as specified in
Exhibit "A." The intent of these documents is to formulate an Agreement listing the
responsibilities of both parties as outlined in the IFB and as offered by Partners Remodeling in
its Response to the IFB.
The services which are the subject matter of this Agreement are described in Exhibit"A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.01 DUAL.PROVIDERS OF SERVICES
The parties specifically acknowledge and agree that Partners Remodeling shall be
considered as one of two (2) providers ("dual providers") of the specified goods and services
(drywall services). Partners Remodeling specifically further acknowledges and agrees that this
Agreement is not an exclusive agreement. City may, in its sole and unfettered discretion,elect to
use either of the two providers in whatever order it deems most advantageous to City's purposes.
City may, in its sole and unfettered discretion, elect to use any other providers. City is not
obligated to use or purchase any estimated annual quantity of goods, and no guarantee is made of
any minimum or maximum purchase.
5.01 ITEMS AWARDED
Only if, as, and when needed by City, drywall services are awarded to Partners
Remodeling in accordance with bid items shown on Attachment A -- Bid Sheet of Exhibit "A,"
as follows:
D wall Hourly Rate
Installer/Framer Hourly Labor Rate $45.00
Installer/Framer Overtime Hourly Labor Rate $52.00
Drywall Helper Hourly Labor Rate $35.00
Overtime Drywall Helper Hourly Labor Rate $42.00
Tape,Floating& Texturing Hourly Labor Rate $45.00
3
Tape, Floating& Texturing Overtime Hourly Labor Rate $52.00
'Tape,Floating& Texturizing Helper Hourly Labor Rate $35.00
Tape, Floating&Texturizing Helper Overtime I-lourly Labor Rate $42.00
Supervisor $45.00
Materials(if on Cost-Plus basis)
Percentage Markup 20%
6.01 COSTS
A. Only if, as, and when needed by City, the bid costs listed on Attachment A —Bid
Sheet of Exhibit "A," which are specifically relevant to the referenced bid items, shall be the
basis of any charges collected by Partners Remodeling.
B. Partners Remodeling specifically acknowledges and agrees that City is not
obligated to use any estimated annual quantity of services, and City may not expend in excess of
One Hundred .Fifty Thousand and No/100 .Dollars ($150,000.00) per year for Partners
Remodeling's services combined with the dual provider's services for a total not-to-exceed
amount of Seven hundred Fifty Thousand and No/100 Dollars ($750,000.00) for the term of
this Agreement.
7.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Partners Remodeling;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery dates.
8.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title S, Chapter 271, Subchapter
F, Section 271.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City of Round Rock's bid, with the consent and agreement of the successful
vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from
lack of exception to this clause in the vendor's response. However, all parties hereby expressly
4
agree that the City of Round Rock is not an agent of, partner to,or representative of those outside
agencies or entities and that the City of Round Rock is not obligated or liable for any action or
debts that may arise out of such independently-negotiated"piggyback"procurements.
9.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Partners Remodeling a written notice of termination at the end of its then-current fiscal
C�
year.
10-01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by City to Partners Remodeling will be made within thirty (30) days of the date City
receives goods under this Agreement, the date the performance of the services under this
Agreement are completed, or the date City receives a correct invoice for the goods or services,
whichever is later. Partners Remodeling may charge interest on an overdue payment at the "rate
in effect" on September I of the fiscal year in which the payment becomes overdue, in
accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt
Payment Policy does not apply to payments made by City in the event:
A. There is a bona fide dispute between City and Partners Remodeling, a contractor,
subcontractor, or supplier about the goods delivered or the service performed that causes the
payment to be late; or
B. There is a bona fide dispute between Partners Remodeling and a subcontractor or
between a subcontractor and its supplier about the goods delivered or the service performed that
causes the payment to be late; or
C. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
D. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
11-01 GRATUITIES AND BRIBES
City may, by written notice to Partners Remodeling, cancel this Agreement without
incurring any liability to Partners Remodeling it it is determined by City that gratuities or bribes
in the form of entertainment, gifts,or otherwise were offered or given by Partners Remodeling or
its agents or representatives to any City officer, employee or elected representative with respect
5
to the performance of this Agreement. In addition,, Partners Remodeling may be subject to
penalties stated in Title 8 of the Texas Penal Code.
12.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Partners Remodeling's charges.
1.3.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Partners Remodeling cannot provide the services as specified, City reserves the right
and option to obtain same from another source or supplier(s).
14.01 INSURANCE
Partners Remodeling shall meet all requirements as stated in Part 11, Section 2 of the
attached IFB Solicitation Number 19-026.
15.01 CITY'S REPRESENTATIVE
City hereby designates the following representative(s) authorized to act in its behalf with
regard to this Agreement:
Chad McDowell
General Services Director
212 Commerce Cove
Round Rock, TX 78664
512-341-3191
cnicd.owel I @roundrocktexas.gov
16.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
17.01 DEFAULT
If Partners Remodeling abandons or defaults hereunder and is a cause of City purchasing
the specified services elsewhere, Partners Remodeling agrees that it may be charged the
difference in cost, if any, and that it will not be considered in the re-advertisement of the service
and that it may not be considered in future bids for the same type of work unless the scope of
work is significantly changed.
6
Partners Remodeling shall be declared in default of this Agreement if it does any of the
following:
C1
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
hereunder;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States,
18.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Partners
Remodeling.
B. In the event of any default by Partners Remodeling, City has the right to terminate
this Agreement for cause, upon ten (10)days' written notice to Partners Remodeling.
C. Partners Remodeling has the right to terminate this Agreement only for cause, in
the event of material and substantial breach by City, or by written mutual agreement to
terminate.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: [Jpon City's delivery of the referenced notice to Partners Remodeling,
Partners Remodeling shall discontinue all services in connection with performance of this
Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such
orders and contracts are chargeable to this Agreement. Within thirty (30) days after such
termination notice, Partners Remodeling shall submit a statement showing in detail the goods
and services satisfactorily performed hereunder to the date of ten-nination. City shall then pay
Partners Remodeling that portion of the charges, if undisputed. The parties agree that Partners
Remodeling is not entitled to compensation for services it would have performed under the
remaining term of the Agreement except as provided herein.
19-01 INDEMNIFICATION
Partners Remodeling shall defend (at the option of City), indemnify, and hold City, its
successors, assigns, officers, employees and elected officials harmless from and against all suits,
actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any
and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of
Partners Remodeling, or Partners Remodeling's agents, employees or subcontractors, in the
performance of Partners Remodeling's obligations under this Agreement, no matter how, or to
whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or
Partners Remodeling (including, but not limited to the right to seek contribution) against any
third party who may be liable for an indemnified claim.
20.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES
A. Partners Remodeling, its agents, employees and subcontractors shall use best
efforts to comply with all federal and state laws, City's Charter and Ordinances, as amended, and
with all applicable rules and regulations promulgated by local, state and national boards, bureaus
and agencies.
B. Partners Remodeling acknowledges and understands that City has adopted a
Storm Nater Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-
139 through 14-152 of the City's Code of Ordinances, to manage the quality of the discharges
from its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the
requirements or the Texas Commission on Environmental Quality (TCEQ) and the Texas
Pollutant Discharge Elimination Systems (TPDES). Partners Remodeling agrees to perform all
operations on City-owned facilities in compliance with the City's Illicit Discharge Ordinance to
minimize the release of pollutants into the MS4. Partners Remodeling agrees to comply with the
City's stormwater control measures, good housekeeping practices and any facility specific
stormwater management operating procedures specific to a certain City facility. In addition,
Partners Remodeling agrees to comply with any applicable TCEQ Total Maximum Daily .Load
(TMDL) Requirements and/or I-Plan requirements.
C. In accordance with Chapter 2270,Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1)does not boycott Israel; and (2) will not boycott
Israel during the term of this contract. The signatory executing this Agreement on behalf of
Partners Remodeling verifies Partners Remodeling does not boycott Israel and will not boycott
Israel during the term of this Agreement.
21.01 ASSIGNMENT AND DELEGATION
The parties hereby bind themselves, their successors, assigns and legal representatives to
each other with respect to the terms of this Agreement. Neither party shall assign, sublet or
transfer any interest in this Agreement without prior written authorization of the other party.
22.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
8
A. When delivered personally to recipient's address as stated in this Agreement; or
B. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as staffed in this Agreement.
Notice to.Partners Remodeling:
Partners Remodeling, Restoration& Waterproofing, LLC
3219 Harpers Ferry Lane
Austin, TX 78745
Notice to City:
City Manager Stephen L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock,TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Partners Remodeling.
23.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
24.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Partners Remodeling and City. This Agreement may only be amended or supplemented by
mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager
or City Council.
25.01 DISPUTE RESOLUTION
City and Partners Remodeling hereby expressly agree that no claims or disputes between
the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute.
26.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
9
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
such void provision shall be deemed severed from this Agreement, and the balance of this
Agreement shall be construed and enforced as if this Agreement did not contain the particular
portion or provision held to be void. The parties further agree to amend this Agreement to
replace any stricken provision with a valid provision that comes as close as possible to the intent
of the stricken provision. The provisions of this section shall not prevent this entire Agreement
from being void should a provision which is of the essence of this Agreement be determined to
be void.
27.01 MISCELLANEOUS PROVISIONS
Standard of Care. Partners Remodeling represents that it employs trained, experienced
and competent persons to perform all of the services, responsibilities and duties specified herein
and that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Partners Remodeling understands and agrees that time is of the
essence and that any failure of Partners Remodeling to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Partners Remodeling shall be fully responsible for its delays or for failures to use best efforts in
accordance with the terms of this Agreement. Where damage is caused to City due to Partners
Remodeling's failure to perform in these circumstances, City may pursue any remedy available
without waiver of any of City's additional legal rights or remedies.
Force (Majeure. Neither City nor Partners Remodeling shall be deemed in violation of
this Agreement if it is prevented from performing any of its obligations hereunder by reasons for
which it is not responsible as defined herein. However, notice of such impediment or delay in
performance must be timely given,and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together,shall constitute one and the same instrument.
[Signatures on the following page.]
10
IN WITNESS WHEREOF, City and Partners Remodeling have executed this
Agreement on the dates indicated.
City of Round Rock,Texas :Partners Remodeling, Restoration &
Waterproofing,LLC
Printed Name: Printed Name: N, ss
Title: Title;
Date Signed: Date Signed: z2 }
For City,Attest:
By:
Sara L. White, City Clerk
For City,Approved as to Form:
By:
Stephan L. Sheets, City Attorney
ll
IN WITNESS WHEREOF, City and Partners Remodeling have executed this
Agreement on the dates indicated.
City of Round Rock,Texas Partners Remodeling, Restoration a&
Waterproofing,LLC
By: gy;
Printed Name: Printed Na
Title: Title:
Date Signed: Date Signed: z�
For City,Attest:
By:
Sara L. White, City Clerk
For City,Approved as to Form:
By:
Stephan L. Sheets, City Attorney
ll
Exhibit "A"
m
UND ROCK TEX S
ASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
DRYWALL SERVICES
SOLICITATION NUMBER 19-026
SEPTEMBER 2019
Qty ofRound Rock Exhibit "A"
Drywall Services
|FBNo. 19-028
O|esnAtem:Q1D'75
September 2019
DRYWALL SERVICES
PART
GENERAL REQUIREMENTS
1. The City of Round Rock,herein after"the City,"seeks agreements with qualified firms to
provide on-site drywall servicesfor various City owned oroccupied buildings ononas-needed basis,
Ananticipated total contract award will bemade bythe City inenamount not toexceed 81SD.000per
year.
The City intends toaward one primary contract and one secondary contract based onthe best value for
the City.The City may contact the Prime Contractor and/or Secondary Contractor turequest equote by
project and will select the Contractor that best meets the needs of the City.
2. City has approximately 1.OUD.8VDsquare feet o{maintained property and
occupies approximately 54 facilities.The buildings consist of both commercial and residential type
structures. FaoU|Uws that may i professional drywall services include but are not limited*ooffice
buildings,fire stations,parks facilities,police facilities,and parking garages.
-'
SOLCITATION PACKET: This solicitation packet is comprised of the following:
Descripflon Index
Part I—General Requirements Pages 2-5
Part 11—Definitions, Standard Terms and Condition
Page 6
and Insurance Requirements
Part III—Supplemental Terms and Conditions Pages 7-9
Part IV—Scope of Work Pages 10-13
Attachment A—Bid Sheet Page 14
Attachment 8—Reference Sheet Page 15
Attachment C—Prevailing Wage Page 16
Attachment D—Respondent Questionnaire Page 17
lIogr-2or17
City of Round Rock Exhibit "A"
Drywall Services
IFB No. 19-026
Class/Item:910-75
September 2019
4. For questions or dohOooUon of specifications, you may
Oscar Wise,CTCM
Purchaser
Purchasing Division
City ofRound Rock
Phone: 512-218'5460
E-mail:
The Individual listed above may bwcontacted bye-mail for clarification ofthe specifications only. No
authority/mintended orimplied that specifications may moamended,o,alterations accepted pporho
solicitation opening without written approval of the City of Round Rock through the Purchasing
Department.
5. |t/mthe City's intention mfollow the solicitation timeline below.
EVENT DATE
I Solicitation released September 19*11,2019
Mandatory Pre-Bid meeting October 151,2019 @ 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 I I th,2019 @ 5:00
PKCST
Deadline for submission of responses October 22nd,2019 @ 3:00 PM,CST
All questions regarding the solicitation shall be submitted in writing by 5:00 Pw. CST onthe due date
noted above. Acopy ofall the questions submitted and the City*o response to the quest/ono shall be
posted unthe City's webpagemthe form oYenaddendum mt
Questions shall besubmitted inwriting omthe"Authorized Purchasing Contacu" The City reserves the
right uomodify these dates. Notice ofdate change will beposted mthe City's website
.
— at
h2pL1/wviW.f QqA�jrocktpxp vft(Ls for any updates pertaining to the solicitation described herein.
Various updates may include addenclums,cancellations,notifications,and any other pertinent
information necessary for the submission oracorrect and accurate response. The City will not ueheld
responsible for any further communication beyond updating the website.
r. : Apre-bid meeting will boconducted uofully acquaint Respondents with the
specifications and bid submittal requirements. The pre-bid meeting will baconducted nothe date
specified inPART|Section G-Gchodu{*ofEvents.
A. Attendance etthe pre-bid meeting |nMANDATORY. Respondents shall sign-in at the pre-bid
meeting umdocument their attendance.
Executive Conference Room~City Hall Council Chambers
221 East Main St
Round Rock,Texas 78884
B. Respondents are strongly encouraged to bring a copy of the solicitation document with them rnthe
pre-bid meeting.
PouoJof'|7
City nfRound Rock Exhibit "A"
Drywall Services
|FBNo. 1S-02G
olassWtem:Q10-7G
September 2019
8. RESPONSE DUE DATE: Signed and sealed responses are due a<orbefore 3:DUPM,onthe due date
noted|nPART|.Section 5—Schedule ofEvents, Mail orhand deliver sealed responses to:
City mfRound Rock
Attn: Oscar Wise
Purchasing Department
221 E.Main Street
Round Rock,Texas 78664^528W
A. Sealed eupnnsoo ahmU hmdemdy marked on the outside o,packaging with /he solicitation title,
number,due date and"DO NOT OPEN^
B. Facsimile orelectronically transmitted responses are not acceptable.
C. Responses cannot baaltered oramended after opening.
D. No response can be withdrawn after opening without written approval from the C/$' 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 uhoU be provided at the Respondent's expense and shall become the
property oYthe City.
g. makes nowarranty that this checklist
/safull comprehensive listing o,every requirement specified mthe solicitation. This list iaonly otool xo
assist participating Respondents|ncompiling their final responses. Bidders are mcarefully read the
entire solicitation.
Bidders shall submit one(1)evident signed^Ohgino|''nfthe 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 boprovided ot the Respondent's expense and shall become the property of
the City.
This invitation for bid(|F8)does not commit the City tocontract for any supply orservice. Respondents
are advised that the City will not pay for any administrative costs incurred/nresponse preparationuothis
/FB/all costs associated with responding to this IFB will be solely at the interested parties'expense. Not
responding to this IFB does not preclude parlicipation in any future RFP/RFQ/IFB.
For your bid to be responsive, the attachments identified below shall be submitted with your
RroRoscal
o 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 for any updates pertaining(othe solicitation.
o Attachment A: BID SHEET.The bid response shall besubmitted onitemized,signed Bid Sheet
provided in the solicitation packet.
If there is a conflict between the unit p6ce and extended price,the unit price will take
precedence.Submission of responses on forms other than the City's Solicitation Document may
result}ndisqualification ofthe response.
o Attachment B: REFERENCE SHEET:Provide the name,address,telephone number and E-MAIL of
at least three(3)valid Municipal, Government agencies or firms of comparable size that have utilized
services that are similar in type and capacity within the last two(2)years. City of Round Rock
references are not applicable.References may bechecked prior maward. |freferences cannot bp
confirmed or if any negative responses are received it may result in the disqualification of submittal.
c
Attachment 0/RESPONDENT qUSTiCJNNA|RE: Complete the respondent questionnaire and
submit mxthbid packet. Attach additional pages ouneeded. Failure tocomplete the respondent
questionnaire may result indisqualification
Youo4n[|7
City o[Round Rock Exhibit "A"
Drywall Services
|FBNo. 19-028
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 sale discretion of the City. All solicitations
received may be evaluated based an the best value for the City. In determining best value,the City may
A. Purchase price;
B. Reputation ufRespondent and cfRespondent's goods and services;
O. Quality oythe Respondent's goods and services;
D. The extent hnwhich 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;
Q. Any relevant criteria specifically listed inthe solicitation.
H. EVALUATION FACTORS
Total oyvO0points assessed aafollows:
i Cost-60 points total
U. Response uoAttachment O—Respondent Questionnaire—40points total
i,) Company and individual work experience 3mpoints
o Training and development 10 points
o Vehicle and equipment list Spoints
/. 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. stated inSection 18nfCity ofRound Rock Purchasing
Definitions,Standard Terms and Conditions, all documents submitted in response to a solicitation shall
be subject to the Texas Public Information Act.Following an award,responses are subject to release as
public information unless the response urspecific parts uf the response can uoshown tobeexempt
from the Texas Public Information Act. Pricing is not considered to be confidential under any
circumstances
A. Information in a submittal(h is protected aaa trade secret orotherwise confidential must
oeclearly indicated with stamped, bold red letters stating^COwF0EwT|AL~onthat section ofthe
document.The City will not be responsible for any public disclosure of confidential information if it
|onot clearly marked assuch.
B. If request Is made under the Texas Public |noonnadpn 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 u»the Attorney General ofTexas for fina|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
Page 5o[|7
City of Round Rock Exhibit "A"
Drywall Services
IFB No. 19-026
Class/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 an 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:
tlos:lA ww.roundrocktexas.00videpartmentslourchasinol
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:htti3s://www.roundrocktexgp.qov/#!-!pa!imqnl§�/ggrqtgqlng/�
Pagc 6 cif'17
City ofRound Rock Exhibit "A"
Drywall Services
|FBNo. 18-026
Class/Item:910-76
September 2019
PART III
SUPPLEMENTAL TERMS ANDCONOTKONS
I. : The terms cf the awarded agreement shall include but not bolimited mthe
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 uperiod aoinreasonably necessary mre-solicit and/or
complete the project upto9Odays.
2. 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 panne h| normally engaged|nproviding 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 espondan((a)shall provide all labor,supplies and materials required uzsatisfactorily
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 ofthe services specified herein;
C. Operate a commercial business location from which work crews are dispatched that is required to
bewithin a35-mi|eradius oydowntown Round Rock.
O. The Drywall Installer/Framer shall have otleast five(5)years'experience and aminimum oythree
(3)years'commercial experience.
u. SUBCONTRACTORS: Respondent shall not subcontract urotherwise engage subcontractors mo
perform required uen/|cas. The City seeks todobusiness directly with acompany 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
them wages for work of a similar character in the locality in which the work is perfon-ned;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.
Attachment C'Prevailing Wage Rates are posted inSmUcitatonDooumentsforiFB19~O2G
Drywall Services mnthe City ofRound Rock website at:
±q a�ZtLye_sql(cg_4q0�s!
5. 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 pann\med for either response orinvoice
purposes.
Page rnf|7
City ufRound Rock Exhibit "A"
Drywall Services
|FBNo 19-026
Class/item:910-75
September 2019
G. firm throughout the initial twelve
(1u)month term o/the contract. *price increase mthe agreement may boconsidered onthe 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 hegreater than S%for any single line item.
A. Consumer Price Index(CPU; Price adjustments will bomade inaccordance with the percentage
change in the U.S. Deporlment 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 Cp| issues will be the price adjustment
mma. Noretroactive contract price adjustmentswill bmallowed. The Consumer Price Index(Op|)/n
found at the Bureau nfLabor Statistics.Consumer Price Index website: .
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 baverified 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 bosent bymail
to:
City mfRound Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock,TX 79664~5299
U. Upon receipt ofthe request,the City reserves the right boeither,accept the escalation and make
change to the purchase order within 30 days of the request, negotiate with the Vendor or cancel
the agreement orpurchase order|fmnagreement cannot boreached onthe value cfthe Increase.
7. PERFORMANCE The City reserves the right toreview the awarded respondents'
performance atany time during the contract term.
R. 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
m. The quantities shown onthe solicitation are estimates only. Noguarantee nrany
minimum o,maximum purchase ismade orimplied. The City will only order the services/goods needed
to ooUo/y requirements within budgetary constnaints,which may be more orless 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 acompany uniform that clearly idenVfioothem authe
Respondent's employee,while working onCity property,
C. Employ all personnel for work In accordance with the requirements set forth by the United States
Department ofLabor. The Cltyreserves the right toverify citizenship orright»owork/nthe United
States.
D. The Respondent shall provide background checks on all employees assigned to a project prior to
commencement ofwork(othe City's designated representative.
Pomcwn[|7
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 httg://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 1 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 shalt be:
Corey Amidon
Facility Maintenance Manager
General Services
Phone: 512-341-3144
E-mail: Camidon-roundrocktexas. ov
15. INTERLOCAL PURCHASING AGREEMENTS
A. The City has entered into Interlocai 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.
Pnge 9 of 17
City of Round Rock Exhibit"A"
Drywall Services
IFB No.19-026
ClassAtem:910-75
September 2019
PART IV
SCOPE OF WORK
1. 1113TQRY: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. 292CUE WOE: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 ail
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. DRYWA„ L INSTALI,ERiFRAMER 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 "N'
Drywall Services
iFB No.19-026
Clessiitem: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. QEtGIGNATE C4N=J 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 leadedpoint
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 shag remain the same throughout the tern 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 PITA
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. REtJMLAR AND 0VER71ME 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"A)
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. MEImo;
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 heli 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. M1121111 UNIX 12AN SUM: 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 worst site.
Pago 1 l of 17
City of Round mock Exhibit"N"
Drywall Services
EFB No.19-025
ClasssAtem:910-75
September 2019
10. UTIMATES: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 rete);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 lMMOON: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 teased 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. DgUVErRY AND STORAG 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. WOR,.K HgPQM: 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 worst 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
shell 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 12 of 17
City of Round Rods Exhibit "N'
Drywall Services
IFB No. 19-026
Class/item:914-75
September 2019
15. INVOICE REqMMENTS: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
|FeNo. 1Q-02O
Class/item:910-75
September 2019
ATTACHMENT A
BID SHEET
1. ATTACHMENT nposted|nSolicitation Documents for|FBNo. l8-O2GDrywall Services
/nanExcel format onthe City o,Round Rock website at:
A. In order to be considered responsive Attachment A-Bid Sheet must be completed and signed by an
authorized representativeandnatumedbythmdoodUneforoubm|seionofmaponeeindicotedinPart
|Section 8—Schedule oyEvents.
8. The Respondent, by submitting d signing Attachment A—Bid 8hoat, acknowledges that he/she
has nyna|vod and read the onUe document packet sections defined above Including all documents
Incorporated byreference,and agrees tobobound bythe terms therein.
O. In order to do hum|nmsa with the City of Round Ronk you must be nogioxaned with the City's Vendor
Database.Toregister,go to: .
D. By the signature affixed on Attachment A-Bid Sheet,the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Raopondant, o/ anyone acting for such entity has
violated the antitrust laws of this State, codified in Section 15.01 at seq., Texas Business and
Commerce Code,or the Federal antitrust laws,nor communicated directly or indirectly,the response
made\oany competitor orany other person engaged insuch line ofbusiness.
E. The Respondent agrees,if this Offer ioaccepted within 120calendar days after the Due Date,bofully
comply instrict accordance with the Solicitation,specifications and the amounts shown on bid sheet.
Pagc |4o[/7
Exhibit "A"
i
UPDATED
CITY OF ROUND ROCK
Solicitation Number. IF8 No.19-028
Solicitation Description Drywall Services
Purchaser. Oscar Wise
he 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 S1 50,000 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
EsUm- a
Annual
Description Quantity Unit unit Cost Extended Cost
Drywall nsta er ramer egu ar aur ate.
5t10 Hourt $45.00 $22 5t10.c70
Drywall tnalaller/Framer Overtime Hourly La or
Rate. The overtime rate shall not exceed one
and one half times the regular hourly rate.
Drywall Helper Regular Hourly Labor Rate. 100 Houdy $52.00 $5,200.00
Drywall Helper Overtime Hourly Labor Rate. 5Q0 Hourly S35.00 $17.500.00
he overtime rate shall not exceed one and
ne half times the regular hourly rate.
100 1 /dourly _14200 $4,200.00
Annual Total: $49,400.00
0 6
ATTACHMENT A-BID SHEET
CITY OF ROUND ROCK
ftolw4meot PSTt$.Vd'mou� 0all not end
suprr ho artpr 'e for la t ltd tem t da,rrt€�t`
Percent over cost: 20.00%
Supervisor HourlX Rate: $4500
-73
UStbovrN t Ws for"apt,.Ffaztingand Torturirag. tf o do not,p i e els e i ku�m .
Estimated
Annual
Description quantity Unit Unit Cost Extended Cost
ape,Floating and Texturing Regular Hourly
Labor Rate.
Tape,Floating and Texturing Overtime Hourly 504 Hours $45.04 $22.500,00
Labor Rate. The overtime rate shalt not
exceed one and one half times the regular
hourly rate.
1 D[1 Hourly $52.00 $5.200.00
ape, toa ng an exturing elperegular
Hourly labor Rate.
Tape,FloafiNg and Texturing Helper Overhme 500 Hourly $35.00 $17,500.00
Hourly Labor Rate. The overtime rate shall not
exceed one and one half times the regular
hourly rate.
100 Hourly $42.00 $4,200.00
Annual Total. $49,440.00
Response to Attachment D—Respondent Questionnaire—40 points total
c Company and individual worts experience 25 points
-)Training and development 10 points
r Vehicle and a ui ent list 5 paints
COMPANY NAME: Re n and VVQteMM2Lng
SINGATURE OF AUTHORIZED REPRESENTATIVE:
PRINTED NAME:
C#anie!Besa
EMAILADDRESS: Danielbesaprrw!L@yahoo.com
Page 2 of 2
Exhibit "A"
Drywall Services
IFS No. 19-026
Class/Item:910-75
September 2o19
ATTACHMENT B:
BIDDERS REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: Tf: KJ-12Z6
RESPONDENTS NAME: DATE: 10 q
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 5—T&L.-61�p IrAz_
Name of Contact
Title of Contact
E-Mall Address
Present Address
1.10
City,State,Zip Code Xvy-rw
Telephone Number a11_ ) z4btu S Fax Number.
2. Company's Name �EE EME4aam--)
Name of Contact =IP to
Title of Contact
E-Mail Address
vi
Present Address I(A cz�17ZF��
City,State,Zip Code L�2L,) -7 Sj,>)
Telephone Number 771-L ) 1!� I Fax Number:
3. Company's Name 2ZPAA_5 tO&Aor%4 0iftmaj;(L- Gj-�Tn
Name of Contact
Lek.
Title of Contact
E-Mail Address
Present Address
S 5
City,State,Zip Code 415-17WTX
Telephone Number "S'11- I T-1_2 61052 Fax Number:
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD,
1 r.a,ir 17
Drywall Services Exhibit "A"
1178 No. 19-026
Class/Item:910-75
September 2019
ATTACHMENT D
RESPONDENT QUESTIONNAIRE
40 Points
Name of Business:
........ .. ......... .
Physical Address of Headquarters(HQ):
Physical Address of Serving Branch:
(if different address from HQ) ,
I. 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. (6 Points)
3. Number of full-time employees that are eligible to work on City of Round Rock projects.
Number of Employees: ) O1
4. How many years has your company been in the Commercial Drywall Business?
Number of years in the
commercial Drywall business:
5. EXPERIENCE:On a separate sheet of paper describe relevant company and individual experience for
the personnel who will be actively engaged in the performance of this contract.(26 Paints)
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")
Pan" 17^f 11
Exhibit "A"
PAQ04UMlIffM09%U&
Partners Remodelirn&Raestoratfou and Waterproofing LLC.
Company Bio
Partners R u►deling Restoration and Waterproof UX Is a local hull►owned business located out of
South Austin Teras.We have been in business for 20 years and have over 100 years of combed
experience In the commercial construction Industry. We have 3 owners;one of the owners will be In charge
of communicating with the City of Round Rock for aill drywall projects.We have completed mutfi year
drywall COBUWU with State Preservation Board,Texas Department of Transportation and The Austin
State Hospital with re-newals.With owners on site And project managing we have built a reputation
exceeding customer expectations by completing projects on time,on budget,and to specification.We pride
In doing our projects RIGRT THE FIRST TEAL We typically work on projects up to i million,on
multiple types of structures including;commercial buildings,government building,and residential budding
and homes.With our broad spectr m ofser vices we provide and tho different type of structure's we work
on,we have pined invaluable experience.We ars:confident we can accomplish any and all scopes of work
in the construction Industry.Our craftsman each have ae IUNDIUM 10 years'experience in construction
industry.
We have completed natty projects for City of Round Rock the post yurs and would embrace the
opportunity to showcase our talents on this project.I guarantee the City ofRound Rock gill be completely
satisfied,from start to finish,should Partners be awarded the drywall annual contract.
Respeeffaily Submitted„
or ie r�" +ta1Cr
Dowd Bess
C*4Dwsser
3219 Harpers Ferry Lane Austin,Teases 78745 Phone:512-825-3950 Fax;512-291-5451
Exhibit"A"
Juan Manuel Besa
3219!Harpers Ferry Ln
Austin..Texas 787+45
512-947-6114
-t
To oversee projects for Partners Remodeling Restoration and Waterproofing,and to make sure they are
completed on time,on budget,and to product specifications.
Shills and Accotri l5hmimts;I have leen in the construction industry for over 40 years.Have
seen all things possible.Restored the capital In the I9Ws.Managed projects over a million dollam i
don't let anything stop me from completing a project.A list of skills i can perform are as follows:
Rutlding,Framing,Waterproofing,Restoration,Painting Restoration,Coatings,Concrete Restoration,
Caulking,Epoxy Injections,Epoxy Flooring,Demolldom Powerwashing,Tile Work,Siding,Fiberglass Pans,
Trim,Window installation,Door Installations,Staging.
Edu;g1k 1'f:
College at South West Texas Jr.College Assolcates in Business
'420dem:
:
Partners Remodeling Reftrafflon and Waterproofing LLC
1949—Present Co-Owner
Small list of prominent mlicts completed rmentiy is SuR26nd2nterrt
-Residential additions and complete remodels
-State of Texas Capitol Senate Chamber painting/restoration project
-State of Texas Capitol representative office's painting project.Multiple sessions.
-Multiyear TXDOT painting contract
-Multiyear City of Round Rock concrete contract
• Exhibit "N"
-Multiple painting projects at University of Texas at Austin
-Criss Cole Rehabit'itative Services.Multiple projects,including,,:waterproafing,painting,coating,
commercial kitchen renovation,ipe bridge construction,ceiling the replacement.
-Slate Hospital.Multiple projects including,painting,coating,caulking,glazing,window replacement.
door replacement, and carpentry.
March 1996-January 3999
Taylor Waterproofing(Superintendent)
100%commercial building
-Coatings
-Waterproofing
-Caulking
-Glazing
-Powerwashing
January 3992—March 1996
ID iftap Waterproofing(Superintendent)
100%commercial building
-Coatings
-Waterproofing
-Caulking
-Glazing
-Powerwashin;g
NW 1988-January 1992
Exhibit"A"
Mid Cont nerrtal(sulwindendem)
140%commercial building
-Coatings
-Waterproofing
-Caulking
-Glazing
-Powerwashing
March 1984-May LM
Western Waterprooing(Foreman)
1400A commercial building
-Coatings
-Waterproofing
-Caulking
-Glazing
-Powerwarshing
Aurnt 1981-May 1904
Cambertin Waterproofing(Foremen)
100%commercial building
-Coatings
-Waterproofing
-Caulking
-Glazing
-Powerwashing
. Exhibit"A"
Daniel Hilario Besa
321,9 Harpers Ferry Ln
Austin,"texas 78745
512-825-3950
objective:
To help grow Partners Remodeling Restoration and Waterproofing and make it one of the most reliable
construction companies in Austin,Texas
Skills and Accomplishments:
Very good at managing small to large projects..Scheduling to keep projects moving is my greatest skill.
Very personable.Handles tough situations and finds sokrtions.Very hand on,can run an office and be
hands on.A list of what I can do:Building,Waterproofing,Coatings,Restoration,Painting,Conerew
Restoration,Caulking,Epoxy Injections,Epoxy Mooring.Demolition,Powerwashin&Tile Work,Siding,
Fiberglass Pans,Trim,Window Installation,Door Installations,Staging.
Education
Bachelors ofSclence Degree Texas Lutheran University December 1007
Experience
May X03—Presets owner
Partners Rernodeling RestoreUon and Waterproofing
Oversee projects up to$1 million
Make sure everything Is running smoothly(project scheduling)
Maintain a great work environment
Top priority Is safety
Exhibit "A"
Pat Besa
3219 Harpers Ferry Lane
Austin,TX 78745
Home:512-291-5451
Cell: 297-7032
E-mail:Pb�M3&4,hoo.com
Objective:To secure a supervisor position in construction management that allows me to
use my skills and work experience.
Work Experience:
August 2004—Present Co-Owner
Partners Remolding Restoration and Waterproofing(PRRW)
Austin TX
• Restore and remodel homes to customer specifications
• Water proof and maintain commercial buildings and homes
Over see five employees
January 2004-August 2004 Sales Representative
Nficro Communications Incorporated(MCI)
Austin TX
* Tele-market new phone services and products
* Reach quota bi wcekly by at least 120%
* Great phone communications with customers
May 2003-August 2003 Caulker
May 2002-August 2002
• Arnezican Restoration
Austin TX
• Waterproof commercial buildings
Lots of experience in caulking and glazing
Education:
Diploma Davy Crockett High School
• Exhibit "A"
a Restonu� w
Partners Remodeling,Restoration and Waterproofing
Equipment to Perform Work
Vehicle to transport equipment
2012 F-350
2012 F•350
2013 F-350
Trailers for equipment storage
20'Enclosed trailer
14'Enclosed trailer
12' Enclosed trailer
Dump trailer to haul trash off site
18' Bumper pull dump trailer
18' Gooseneck dump trailer
5 30 Yard dumpstears with towing trailer
Commercial Hopper for large texture project
heetrock trolley for easy movement
Sheetrock lift
21
9 41,61, 812 101, 12", 14"knifes for floating,the walls
Electric and battery operated low RPM mixers for mud
Multiple N iter saws for any size project
Grinder and chop saws for metal stud work
Impact drill for screw in application
Air compressors for nail in application
Framing nailers and finish milers
203,16', 1212 812 691,4' ladders
12 sets of bakers scaffolding
Multiple battery operated sawzalls
Extension cords of every length.
Hammers,crowbars,prybars
Work stands for miter saws
Leveb of all sizes
3219 Harpers Ferry:Lane Austin,Tem 78745 Phone:512-297-7032 Fax:512-291-5451
Exhibit "A"
J
ROUND ROM TEXAS
ADDENDUM
CITY OF ROUND ROCK,TEXAS
Solicitation:IfB 19-026 Addendum No:1 Date of Addendum: 10110119
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.
ll.
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 sheet.
02. Can we add a line on the Bid Sheet for(Estimates?
A2, No.
03. Is Installation Included?
A3. Yes, Part IV,Scope of Yiork,Item 2 states"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,"
Q4. How do we bill for disposal?
A4. You must account for this in your dourly 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 dumpster 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 City of Round 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. Yes,this will qualify as a uniform.
Q8. The prevailing wage rate referenced in the solicitation is dated 2016. Can we use the prevailing wage rate
for 2019?
A8. No,Council has.not yet adapted the 2019 provaiting wage rates. The City is currently using the 2016
Prevailing Wage Schedule.
Clg. 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 field/operations porsannol.
Mage 1 of 2
Exhibit "A"
Q10. The solicitation states a response time for non-emergency jobs, Please clarity what the expected response
time will be for emergency jobs.
A10.The city does not anticipate they will require emergency work under this contract. The City will
accept the same response time for an emergency job as for a non-emergency job as per Part IV,Item
7.13.
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 Author' eT 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