R-2020-0323 - 11/12/2020RESOLUTION NO. R-2020-0323
WHEREAS, the City of Round Rock ("City") has duly advertised for bids to purchase
pavement marking, curb painting services and other related products; and
WHEREAS, DIJ Construction, Inc. has submitted the lowest responsible bid; and
WHEREAS, the City Council wishes to accept the bid of DIJ 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 Pavement Marking, Curb Painting and Related Products with DIJ
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 5 51, Texas Government Code, as amended.
RESOLVED this 12th day of November, 2020.
CRAIGORG, Mayor
City of found Kock, Texas
ATTEST:
Gtrg�/U.
SARA L. WHITE, City Clerk
0112.20202, 00458814
ZSSJO€LSSb00
laqumK uorluj[m{os paleuifisap pig iqT uoT ITAUI (-B) *.Suimolloj oql sopniouT jua o;)jgV
QLLL 'roums licis ol pa��2r�go Sla40%PA01cl SODIAIDS" Pur sooltaos pog!oods Xnq ol4 *b14%jsi S4!D Aq2lQqAk pule �4iD uooAqoq loviluoo IrBal Su�pu�q agi sueow #ua a;aigV av
6
SNOI,LIKI33Q TO't
:snno,jo,�S*e a3l.'S'fe ATTr.njn
sailed aqa ';PQspojA&ouj:)r Rga,ay air qi..iqmjo A:)uom!jjns pule ldio:)oj iql "uoijriop!suo:) zlq.ianlEA
PLM POOS .10410 pur Ulolaq POUioluoo sas�cuo.rd igninui aLli jo uoijvjap!suoo ui ptm jqT lrqjLa 0 %
*HIHSS3NIlAi '32][033H3HJL 'AtON
`suoileSrlgo 4 puE "sagnp SlqS11 BAI�.oBCISa1
00 a 19
112 1 sut�i.►nc� Ul ciao;las 01 �uauiaai�dscyx o�ui J;))U;) 01 aiisap aq.1 4SVgXgHM
q 6
PUB
°�r� oqj ol onl'BA Isiq oql SOPIAoid JOPTAO.Id sommaS Aq pap!uuqns piq oqj pouolop suLl fqiD
4 9 1cPULSPOOS PIES JO uois,nasd ay} IOJion*SVgUg P!a
pue °sianpald palEjal
Jaq10 pore sa�inias Suiluted qjn:) "Bunliv jUalUQArd asey�and o.1 saitsop ���aA* # 0+ 4ez'oxv--y9'qSFIHffi
*SrlvjLijgu
ts
*SINI9S9Hd 9SJH.L AS'1'IV MON}I
•�ui uoiiJnxisuoa rIQ
H.LIh1
S.Laf1Q02id Q9-.Ld'I3tI QNv !)NI.LNIdd g'21(Ila
"DNINH vlfwww� JLN3K2lAVd .IU HSVIi:)2[Ild 2I0,3
INIalk-, 33U!)V ?I3021[ QAit102I AO A,LIJ
1181HX3
20-024 (b) Services Provider's Response to IFB; (c} contract award; and (d) any exhibi*ts,,
addenda, and/orinconsistencies amendments thereto. Any or conflicts in the contract documents
shall be resolved by giving preference in the following order:
(l) This Agreement;
(2) Services Provider's Response to IFB;
(3) City's Invitation for Bids, exhibits, and attachments.
CityI$1�v %WilliamsonTravis0BA means the Cu. of Round Rock, and Counties, Texas.
C. Effective means the date upon which the binding signatures of both parties
to this Agreement are affixed.,
E. Goods and services mean the specified services supplies, materials
commodities, or equipment.
F. Services Provider means DIJ Construction,, Inc., orany of its successors or
40
assigns.
2.01 EFFECTIVE DATE AND TERM
This
^A%a19t.00A* Agreement shall be ertective on the date it has ueen signed by both parties
hereto, and shall re ainin 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. 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 itAtoSolicitation selected Services Provider to supply the services as outlined in IFB
'0 Number 20-024; and Response to IFB submitted by Services Provider, all as specified in Exhibit
"A." The intent of these documents is to t'ormulate an Agreement listing the responsibilities of
both parties as outlined in the IFB and as offered by Services Provider in its Response to the IFB.
2
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
ree en A9repeatedt as if herein in full.
4.01 ITEMS AWARDED
Only if, as, and when needed by City, the services set forth herein are awarded to DIJ
Construction'. Inc. in accordance with bid items shown on Attachment A — BI'*d Sheet of Exhibit
"A." as follows:
s.ai 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 by collectedc affgesServices Provider. Services Provider specifically
h 10lbacknowledges and agrees that Cityis not obligated to use any esti^&Mniated annual uantl*ty of
�Foww
services, and
B. City is authorized to pay Services Provider for items listed in Exhibit "A." for the
cost set forth in Exhibit "A)" an amount not -to -exceed Four Hundred Seven Thousand Two
Hundred and No1100 Dollars ($407,200.00) per year for services for a total not -to -exceed
amount of Two Million Thirty -Six Thousand and No/100 Dollars (52,036,000.04) for the term
of this Agreement.
b.01 INVOICES
information:
All invoices shall include., at a minimum,, the followingg
A. Name and address of Services Provider;
B. Purchase Order Number;
itemsce Description and quantity of received; and
MP 1WWW
D. Delivery dates.
R 000NTRACTING7*01 .109�N�Tlrv, L CAL C00PERATm'1,VE / PURCHA.SING
Authority for local governments to contract with one another to nerfarm certain
governmental functions and services, including but not limited to
granted under Government Code, Title 7, Chapter 791, Interlocal
Subchapter B and Subchapter C, and Local Government Code, Title 8,
F. Section 27l - 101 and Section 271.102.
3
purchasing functions, is
Cooperation Contracts,
Chapter 2'71, Subchapter
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 fro
lack of exception to this clause in the vendor's response. However, all parties hereby expressly
agree that the City of Round Rock i*s not an agent of partner to, or representah"ve of those outside
agencies or eiies andnt"t* that the City of Round Rock is not abligated or liable for any action or
debts that may arise out of such independently -negotiated "piggyback" procurements.
8.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a comr►zitment of City's current revenues only. It 'i's understood and
agreed that Cl*ty shall have the right to terminate thl*s Agreement at the end of any City fiscal year
~W is
if the governing body of City does not appropriate funds sutticient to purchase the services as
IVdetermined by City's budget for the fiscal yearin question. City may affect such termination by
giving Services Provl*der a written notice of termination at the end of its thenewcurrent -fiscal year.
9.01 PROM --PT PAYMENT POLICY
A. There is a bona tide dispute between City and Services Provider, 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 Services Provider and a subcontractor or
between a subcontractor and its - supplier about the goods delivered or the service performed thatcauses the payment to be late*9or
C. The terms of a federal contract,
making a timely payment with federal funds; or
grant, regulation, or statute prevent City from
4% is
Do The invoice not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
10.01 GRATUITIES AND BRIBES
Citymay, by written notice to Services Provider,, cancel this Agreement without incurring
any liability to Services Provider if it is determined by City that gratuities or bribes in the form Of
entertai'nnient, gifts, or otherwise were offered or given by Services Provi'dcr or its agents or
4p;)9uiciqo Rl;umogtuS►s
si 31lom.,,Io ;)do:Ds o ssolun Niom jo od/ki ouars QLIJ lOg Sploinimtpalaprsuo�q u;)q IOUftrw
a It -,a 6 11 ql PUP 031MOS 041 JO jUQW0SljJ0ApPp-w2l 3141 Ul poli op!suoo oq jou llm j��t� ptm t'Auu jj f*lso3
4 ut oouoiojj!p aqj p;)SjL>qo aq AUw S0012B SlOPI1AOld S03MOS c-010 MOSa so3tAl2spa�}aads
0 41
aq} �utsec�omd AliD jo osnro u si ptm jopun2loq slinujap io suopimqt iap�nosd sa��n.ia$ JI
0 0
iLrlflvaTa•9i
-lua ooi2v sFt���o uai��ipndai tioiEdcoi�ue up s8 amtte�inns 1pail
sr0 *
AR �aed SurpuBu►ap ac�j Juana fey; ur PUB caay1 43PEw pag}aads acun alqruoseaJ
A
aq1 ue41tnA, uan►S st aouemssu uauijm ou 119q1 Jaana aql ug lnuopod ol qua;ui aye jo a7uEmssr
uau►im l03 fired jayao aye ol aprw aq Arw puecuap uayl rAiopun3l;)q uuoj.cad ol qua}ut s,kja¢d
L
3acpo aqj uorlsanb al uosra.r sey `qvej pooh ui "juowo;).j2V siq; oa .red laqjia.JQAlU0
I
21.aAiVNf1SSv O.L ZH9IH IO'5T
A&Vft
*lug aaivv siyj ol presal
�[n&31uc�aq sir u�'a� ol pazTloqlnr (S)QATjT.)jUQsaidaj guimollcLT oqj solrugisop Kqojo
Alt�
:lAI.LV.LN:lS32Id32I S61t,LIJ iQ'bI
*-pZo�OZ JaqumN uoileliotloS Ujj
patiounu aqijo z uonx)S 4il ijud ui powis su sluatuaiinbal JJUJQOW JjUqS 10PAOICI sa�in1as
4
5[JuVunsui To•£l
*(s)lwjddns jo a�lnos iaqloue �uog awes utE�go ol uoildo
0au1#
MOS Pup lqsll oql Samo. soi All:) pogl3ods sp S031 joutwo ioplAOld JI
1#9 0 0
S?IOQN21A 2[.LVNHH.L'IV H,LIM Qa3d'Id S2i3Q?IO i0'ZI
-S02.TlRq3 s�.zapinoId S031AIQS UT popnl3uT
Qq IOU 21x9l 09QjQ4I "AxvJLIvvjoi3 pIE�apa� so UE asT�x3oijldcuaxa si S4i D
i��qs0
S3Xv.L TO'II
60POD [sued sRxaJL aq1jo g ai4�y ui
pa;r;s sar}quad ol loo[qns oq AVW 1;)P!AO.Ij S031AX)s &U0111PPE UI oluawool2v s�u1jo 2OU-8 ojpod
v 1 0
a�{l ol ;aadsai t{linn anijr;uasalda, poloolo jo .2;).�oidwa fvjoc)gjo AJIZ) XUB 01 SOATIVIUgsoldil
Services Provider shall be declared in default of this Agreement if it does any of the
following:
in
A$ Fails to make any pay ent 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
Do Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
17.01 TERMINATION AND SUSPENSION
19 in
A* Cityhas the right to te inate this Agreement, whole or in part, for
convenience time upon thl*rty (at anyw') 10and thout cause30 das' written notice to Services
.,w i
Provider.
B. In the event of any default by Services Provider, City has the right to terminate
this Agreement for cause, upon ten (10) days' written notice to Services Provider.
If
C. Services Provider has the right to terminate this Agreement only for cause, in the
-n
event of material and substantial breach by City, or by written mutual agreement to terminate.
18.01 INDEMNIFICATION
on
19A1 COMPLIANCE WIT1i LAWS, CHARTER AND ORDINANCES
A. Services Provider, 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.
2Q.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
AD
transfer any interest in this Agreement without prior written authorization Of the other party,
21.Q1 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
Is
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
*4
Pre- t)-aid to the recipient's address as stated in this Agreement.,
Notice to Services Provider:
DIJ Construction, Inc.
P.O. Box 1609
2332 CR 252
1A -a -1
BeRram, TIC 78605
Notice to City:
City Manager Stephen L. Sheets, City Attorney
rl A A!%+
221 East Main Street AND TO: 309 East Main Street
Round Rock,, TX 7$664 Round Rock) TX 78b64
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Services Provider.
7
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock,, Texas!, and if legal action is
necessary by either party with respect to the enforcement of any or all of the 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.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
It
Services Provider and City. This Agreement may only be amended or supplemented by utual
agree ent of the parties hereto in writi*ng, duly authorized by ach"on of the CiManager or Cityty
Council.
24.01 DISPUTE RESOLUTION
City and Services Provider 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, proceeding anv under the Federal
Wt
Arbitration Act (9 USC Section 1-14) or any applicable state azbitration statute.
25.01 SEVERABILITY
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Services Provider represents that it employs trained, experienced and
4
competentpersons to performall of the services, responsibilities and duties specified herein and
that such services'. responsibilities and duties shall be performed in a manner according to
generally acceptedindustry
practices.
Time is
of the Essence. Services Provider understands and agrees that time is of the
essence and that any failure of Services Provider to fulfill obligations for each portion of this
Agreement within the agreed timefrarnes will constitute a material breach of this Agreement.
Services Provider shall be fully responsible for its delays or for failures to use best efforts in
'N*
accordance with the terms of this Agreement. Where damage is caused to City due to Services
Provider'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 Services Provider shall be deemed in violation of this
a
Agreement if it is prevented from performing anyof its oblia5ations 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.
Provider
IN WITNESS WHEREOF, City and Services have executed this Agreement on
the dates indicated.
City of Round Rock, Texas
By:
Printed Name:
Title:
Date Signed:
For City, Attest*.
Sara L. White, City
Clerk
For City, Approved as to Farm:
By:
- ------------- ------- ------- -- ------------------------------------------------------------ -----------------
Stephan L. Sheets, City Attorney
IJ Construction, Inc.
By:
Printed Name:
Title: 4'rr��„d+rL.-¢`'
----------------
Date Signed.* q 4& N jq• 2�? c:�
Exhibit "A"
;K TEXAS
aOLiC3TA'TfON NUMBER 20-024
AUGUST 2020
City of Round Rock Exhibit "A"
Pavement Marking, Curb Painting Services, and Related Products
IFB 20-024
Class/item: 550-36, 630-66, 968-61
August 2020
PAVEMENT MARKING, CURB PAINTING SERVICES, AND RELATED PRODUCTS
PAR7[
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after "the City" seeks e bid from firms experienced in the
application and removal of reflective thermoplastic and paint pavement marking, curb painting services, and
related products.
219
30
SOLICITATIOM PACKET: This Solicitation packet is comprised of the fallowing -
Description
Index
. ...... ... ...
. . ... ...... ... ..
.. ... ..... . . .... ...
Part I —General Requirements
Part If —Definitions, Standard Terms and Conditions
and Insurance Requirements
Part III one Supplemental Terms and Conditions
1"I'
Part IV —scope of Work
Attachment A —Bid Sheet
Attachment B —Reference Sheet
Attachment C —Subcontractor Information Form
Attachment D — Prevailing Wage Rates
Page(s) 2-5
Page 6
Page(s) 7-10
Page(s) 11-12
Page 13
Page 14
Page 15
Attached
.AUTHORIZED PURCHASING CONTACT,*, For questions or clarification of specifications, you may contact:
0
Adam Gagnon
Purchaser
Purchasing Division
City of Round Rock
Phone.* 512-218.5456
E-mail: agannonC&.roundroctexas.v
Cheryl Kaufman
Purchasing Supervisor
Purchasing Division
City of Round Rock
Phone: 512-218-5417
E-mail: cksufmanCdlrounroctexas.aav
The individual listed above is the only authorized City contact for this solicitation. The authorized purchasing
go
contact may be contacted by e-mail for clarification for this solicitation including specifications. No other City
employee or representative may be contacted about this solicitation prior to contract approval. No authority is
intended or implied that specifications may be amended, or alterations accepted prior to solicitation opening
without written approval of the City of Round Rock through the Purchasing Department,,
Page 2 of IS
City of Round Rock
Pavement Marking,
IFB 20-024
Classlltem: 550-36,
August 2020
Exhibit "A"
Curb Painting Services, and Related Products
&30-66,968-61
4. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below,,
EVENT
Solicitation released
Deadlinefor
submission of questions
City responses to questions or addendums
Deadline for submission of responses
DATE
August 5, 2020
August 13, 2020 @ 5:00 PM, CST
Approximately August 18, 2020 @ 5:00 PM, CST
August 26, 2020 @ 3:00 PM,, CST
All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted
above., A copy of all questions submitted and the City's response to the questions shall be posted on the
City's webpage In the form of an addendum at:
https./lwww.roundracktexas.Qovlbusinesses/solicitatipns/
V
Questions shall be submitted in writing to the "Authorized Purchasing Contact'. The City reserves the right to
modify these dates,, Notice of date change will be posted to the City's website:
https:lfwww.roundrocktexas.aovlbusinesses/solicitations
5. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
-W
httas:J/www.roundrocktexas.qov/Dusinessesdsalicitationsfor any updates pertaining to the solicitation
described herein,.Various updates may include addendums, cancellations, notifications, and any other
pertinent information necessary for the submission of a correct and accurate response., The City will not be
held responsible for any further communication beyond updating the website,
!11111111 due
at
3:00
6. RESPONSE DUE DATE: Signed nd I d r spill��� r before1� W beb Cal%; on the due date n
in PART 1, Section 4 — Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Adam Gagnon
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
7. RESPONDENT REQUIREMENTS: The City of Round Rock makes na warranty that this checklist is a full
4 11�
comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist
participating Respondents in compiling their final responses,, Respondents are to carefully read the entire
solicitation.,
Respondent shall submit one (1}evident signed "Original" and one identical4o4heaworiginal electronic copy of
The .8the IFB resp n,�,113 1111111) fli�E Ish drive. submittal is required to include all addendums and requested
attachments,, The bid response along with 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
Page 3 of 15
City of Round Rock
Exhibit "A"
Pavement Marking, Curb Painting Services, and Related Products
IFB 20-024
Class/Item: 550-36, 630-66, 968-61
August 2020
90
p� will be solely at the interested partiesexpense. Not responding
costs associated with res i�� i�c� ing tI thIS 51 160
to this IFB does not preclude participation in any future RFP/RFQ/IFB.
For vour Wid to bereal!Onsive, addendums and the attachments identified below shall be subm'l'fted
- I
with - -your ...nropasal.
�a 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 monitodn the C1,ty's website
X 31
b tor afat hft9)s://www,,rounU"1r0'- k5.i(lov/ usinessesn. 11cliaiany updates pertaining to the solicitation. FIRM -
Attachment As. BID SHEET, The bid response shall be submitted on *Itemized, signed Bid Sheet provided
a 0 me
in the solicitation packet. Failure to complete and sign the bid sheet willresult in disguamication, If therel"s
*toa conflict between the unit price and extended price, the unit price wiiitake precedence., Submission of
responses on forms other than the City's solicitation document may result in disqualification of the
response,
�:� Attachment Bn. REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL of at
4
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
11
any negative responses are received 'it may result in the disqualification of submittal.
D Attachment CoSUBCONTRACTOR INFORMATION F
Providesignedcopyofthe Subcontractor
Information Form
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing.
,CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions,
Ago& 19
Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the
Texas Public Information Act. Following an award, responses are subject to release as public information
unless the response or specific parts of the response can be shown to be exempt from the Texas Public
40
Information Act. Pricing is not considered to be confidential under any circumstances
As Information in a submittal that is legally as a trade secret or otherwise confid nti I 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.,
Page 4 of 15
City of Round Rock Exhibit "A"
Pavement Marking, Curb Painting Services, and Related Products
IFB 20-024
Class/Item,: 550-36, 630-86, 968-61
August 2020
10. SUSPENSION OR DEBARMENT CERTIFICATION: The Provisions of the Code of Federal Regulations 2
CFR part 180 suspension and debarment may apply to this agreement,, The City of Round Rock is prohibited
from contracting with or making prime orsub-awards to parties that are suspended or debarred or whose
principals are suspended or debarred from doing business with the Federal Government, State of Texas, ar
the City of Round Rock,,
Page 5 of 15
City of Round Rock Exhibit "A"
Pavement Marking, Curb Painting Services, and Related Products
IFB 20-024
Class/item: 550-36, 630-66, 968-61
August 2020
PART II
DEFINITIONS, STANDARD TERMS AND CONDITIONS
AND INSURANCE REQUIREMENTS
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: httgs:/Jwww.roundracktexas.gavJdepsrtmentsburchasinq/
Page 6 of 1 5
City of Round Rock
Exhibit "A"
Pavement Marking, Curb Painting Services, and Related Products
IFB 20-024
Class/item: 550-36, 630-66, 968-61
August 202U
PAR7111
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM.* The terms of the awarded agreement shall include b tnotaRedto the
Agreement and shall remain in full force for sixty (60)
A* The term of the begin tom date of mont
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 reasonablynecessaryt re -solicit and/or complete the project
up to 90 days.
484a02. RESPONDENT QUALIFICATIONS: The City hasestablished the following minimum qualifications,
Respondents who do not meet the minimum quaiiflcations will not be considered for award., The Respondent
shall:
A. Be firms, corporations, individuals or partnerships normally engaged in providing the application and
removal of reflective thermoplastic and paint pavement marking, curb painting services, and related
products as specified herein and have adequate organization, facilities, equipment, financial capability,
and personnel to ensure prompt and efficient service to the City;
Bo Provide all labor, supplies and materials required to satisfactorily perform the services as specified
a 069herein and own cquire at no cost to the Cityallconstruction 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 duringthe performance of the
0
services specified herein;
United Ce Be domiciled in or have a home office insi 11� e theStates. Respondents domiciled outside the
United States, or not having a home office 'inside the United States will not be included for consideration
in this procurement process,
complete
3. SUBCONTRACTORS.e If Subcontractors will be used the Res ondentis required to and P submit with
their bid response Attachment C.is Subcontractor Information Form,, The Contractor shall be fully responsible to
the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the
a TheContractor 0Contractors own Cotts nd omissions, shall,
A. Require that all deliverables to be provided by Subcontractorth be provided in strict accordance with
the provisions, specifications and terms of the Contract;
Re Require that all Subcontractors obtain and maintain,throughout the term of their agreement, primary
insurance in the type and amounts specified for the Vendor, with the City being named as an additional
insured; and
lb 0
C. Require that the Subcontractor indemnity and hold the City harmless to the same extent as the
Contractor is required to indemnify the City.,
D. Awarded Contractor is required to submit a list of all subcontractors for approvalof any subcontractors throughout the term of the contract, by the City prior to use
Attachment D — Prevailing Rates are posted in Solicitation Documents for IFB 20-Q24 Pavement Marking,
If
Curb Painting Services, and Related Products on the City of Round Rock website at.*
httDs://www.roundrocktexasgov/busl*nesses/solilc'itations/
Page 7 of 15
City of Round Rock
Exhibit "A"
Pavement Marking, Curb Painting Services, and Related Products
iFB Za-o24
Ciasslltem: 550-36, 630-66, 968-61
August 2020
S. SAFETY: The City reserves the right to remove any employee from City property for violation of federal,
state, and local health, safety and environmental laws, ordinances, rules and regulations., The Respondent
shall:
A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State
and City safety and occupational health standards and other applicable federal, state, and local health,
safety, and environmental laws ordinances, rules and regulations in the performance of these services;
B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause
injury or damage to any persons or property within and around the work site., In case of conflict, the
most stringent safety requirement shall govern;
Cr. Indemnifyand hold the City harmless fr m n Idemands, against all Claims, suits, judgments,
fines penalties and liability of every kind arising from the breach of the successful Respondents'
obligations under this paragraph,
6. WORKFORCE: Successful Respondent shall:
As Ensure Respondent's employees perform the services in a timely, professional and efficient manner;
B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly
identifies them as the Respondent's employee;
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.
7. PRICING:., The Respondent shall determine and submit a fixed cost for th w k 11 incluilde anI&nc
Wental costs, labor, overhead charaes, travel, payroll exPensesfreight, 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
orinvoice purposes,,
8. PRICE INCREASE,: Contract Prices for the application and removal of reflective thermoplastic and aint
Pispavement marking, curb painting services and related products shall remain fithrou.4outthe twelve
4uh
{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
10 Mail the wriften 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
Page 8 of I S
City of Round Rock Exhibit "A"
Pavement Marking, Curb Painting Services, and Related Products
IFB 20-024
Class/Item: 550-36, 630-68, 968-61
August 2020
ii. Upon receipt of the request, the City reserves the right to either accept the escalation and make
-11M. AI requestchange the n ril�C.; ri,11,1111111 r sm aysW� h thin ;3u d, '4M'WIf.., f the or negotiate with the Vendor or cancel
the agreement or purchase order if an agreement cannot be reached on the value of the increase.
I PERFORMANCE REVIEW: The City reserves the right to review the awarded respondent(s) performance at
any time during the contract term.,
10. ACCEPTANCE/INSPECTIt?N: 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
�nrith
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 io the City,, If any agreement or
purchase order is cancelled for non -acceptance, the needed services may be purchased elsewhere.,
11. 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,
12. PERMITS: The successful Respondent 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
'Pspecifiedservices as if required for the project.
13. AWARD: The City reserves the right to enter into an Agreement ar 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. Respondents to the solicitation will be notified when City staff
recommendation of award has been made,, The award announcement will be posted to the City's website at
htts:J1 .roundrocktexas. Wbus i nesses/soli citations/ once City Council has approved the
recommendation of award and the agreement has been executed,
14. POST AWARD MEETING: The Cityand successful Respondents)may have- a, rn- St awardmeeting to
discuss, but not be limited to the following:
A. The method to provide a smooth and orderly transition of services performed from the current
contractor;
B.I. Provide City contact(s) information for implementation of agreement,
C. Identify specific milestones, goals and strategies to meet objectives,
95. POINT OFCONTACT / DESIGNATED REPRESENTATIVE:
At 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,
0
B. The City's designated representative,
Mercer
Bobby
Superintendent
Transportation
Phone,*, (512) 341-3309
E-mail: erc _roundroc xas.uov
16. INTERLOCAL PURCHASING AGREEMENTS,
A. The City has entered into Inteelocal 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.
Page 9 of 15
City of Round Rock Exhibit "A"
Pavement Marking, Curb Painting Services, and Related Products
IFB 20-024
Class/item: 550-36, 630-86, 968-61
August 2020
Be The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement
Page 10 of 15 )
This Page is too large to OCR
This Page is too large to OCR
This Page is too large to OCR
This Page is too large to OCR
This Page is too large to OCR
City of Round Rock Exhibit "A"
Pavement Marking, Curb Painting Services, and Related Products
IF B 20,w024
Class/item: 550am36, 630m66, 9681m6l
August 2020
ATTACHMENT C
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBERs 20aw024
RESPONDENT'S NAME: D.I.J. Construction-L-1-nc, DATE: 8/26/2020
• CIRCLEONEm NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT
YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT
If yes complete theinformation below
1,v Subcontractor Name
Name of Contact
E-Mail Address
Address
Cl*ty, State, Z'I'p Code
Telephone Number
Describe work to be
performed
Percentage of contract
work to be performed
2.6 Subcontractor Name
Name of Contact
Title of Contact
EwvMail Address
Address
City, State, Zip Code
Telephone Number
Describe work to be
performed
Percentage of contract
wank to be pftm-erformed
• Add additional pages as needed
loop - -- --- ---
Fax Number:
Fax Number: ( )
YES
Page IS of 15
This Page is too large to OCR
Exhibit "A"
ROUND ROCK TA
ADDENDUM
CITY OF ROUND ROCK,TEXAS
Solicitation; IIB 20-024 Addendum Or I Date of Addendum: 8/18120
This addendum is to incorporate the following changes to the above referenced solicitatiom
Ir questions:
Does this project have an estimate value?
The annual authority for the project will be determined d the amount on the bid sheet for the awarded
respondent.
I. ALL THt'p---RTERMS AND CONDITIONS REMAIN THE SAME,
APPROVED BY., 8/18120
Adam Gag i haler
Purchasing Office, 512-2 Is -5456
By the signature affixed below this addendum is hereby incorporated into and rade a part of the above referenced
solicitation.
ACKNOWLEDGED BY,
0
Name Authorized Sig6atur, Date
RETURN ONE SIGNED COPS'OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOURSEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.