Contract - Partners Remodeling Restoration & Waterproofing - 2/10/2022 CITY OF ROUND ROCK AGREEMENT
FOR PURCHASE OF GENERAL BUILDING CONSTRUCTION
TRADES SERVICES (CONCRETE AND EXCAVATION SERVICES)
FROM
PARTNERS REMODELING, RESTORATION & WATERPROOFING, LLC
THE STATE OF "IE XAS §
CITY OF ROUND ROCK § KNOW AIA., BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS
THAT THIS AGREEMENT for 011-SitC services in the nature of general building
construction trades services (concrete and excavation set-vices) to be performed on and in various
City-owned or City-occupied buildings on a directed as-needed basis, and for related goo Is and
services, referred to herein as the "Agreement," is made and entered into on this the ItI.S day
of the month of 2022, 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, refierred to herein as the "City," and PARTNERS REMODELING,
RESTORATION & WATERPIWOFING, LLC, referred to herein as "Partners Remodeling,"
whose offices are located at 3219 I-larpers 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 (concrete and excavation services) 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 fron-i Partners Remodeling; and
WHEREAS, City has issued its "Request for Proposal" for the provision of said goods,
and City has, selected the proposal 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:
4877-9041-8694�ss2
1.01 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 Request for Proposal
designated Solicitation Number 21-023 ("RFP") (b) Partners Remodeling Response to RFP; (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 RFP
(3) City's RFP,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. Goods 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
2
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 11 of City's RFP included as a part of Exhibit "A," attached hereto and
incorporated herein by reference for all purposes.
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 RFP Solicitation
Number 21-023; and Response to RFP 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 RFP and as offered by Partners Remodeling in
its Response to the RFP.
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
(concrete/excavation 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, concrete and excavation services are awarded to
Partners Remodeling in accordance with bid items shown on Attachment A — Bid Sheet of
Exhibit"A,"as follows:
Concrete/Excavation Hourly Rate
Equipment Operator Hourly Labor Rate $40.00
Laborer Hourly Labor Rate $35.00
Framer Hourly Labor Rate $40.00
Concrete Foreman Hourly Labor Rate $40.00
Rebar Worker Hourly Labor Rate $40.00
Concrete Finisher Hourly Labor Rate $40.00
3
Materials(on Cost-Plus basis)
Markup 10%
Machinery/Heavy Equipment(on Cost-Plus basis)
Markup 10%
Trucking Tickets(on Cost-Plus basis)
Markup 10°%
Fill Dirt(on Cost-Plus basis)
Markup 10%
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
Three Hundred Thousand and No/100 Dollars ($300,000.00) per year for Partners
Remodeling's services combined with the dual provider's services for a total not-to-exceed
amount of One Million Five Hundred Thousand and No/100 Dollars ($1,500,000.00) 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 8, Chapter 271, Subchapter
F, Section 271.101 and Section 271.102.
4
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
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 affect such termination by
giving Partners Remodeling a written notice of termination at the end of its then-current fiscal
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 1 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.
5
11.01 GRATUITIES AND BRIBES
City may, by written notice to Partners Remodeling, cancel this Agreement without
incurring any liability to Partners Retriodeling if 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 o 171 icer, employee or elected representative with respect
to the performance of this Agreement. In addition, Partners Remodeling may be subject to
penalties stated in '"l 8 of the Texas Penal Code.
12.01 TAXES
City is exeni.pt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Partners Remodeling's charges.
13.01 ORDEWS PLACED wiTif ALTERNATE VENDORS
If Partners Remodeling cannot provide the services as specified, City reserves the right
and option to obtain same fi-orn,another source or supplier(s),
14.01 INSURANCE
Partners Remodeling shall tneet all requirements as stated in Part 11, Section 2 of the
attached RFP Solicitation Number 21-023.
151.01 CITY'S REPRESENTATIVE
City hereby designates the following representative(s) authorized to act in its behalf with
regard to this Agreement:
Chad McDowell
General Set-vices Director
212 Commerce Cove
Round Roc k, TX 78664
512-341-3191
C111C I mund�n)ckiexas.g�
!-- r�( rr r-..rrr r.rrrrrrrrr rrrr-.rr rrr 1 1-I I
16.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good fiaith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other partly for written
assurance of the intent to perform, In the event that no written assurance is given within the
reasonable tin'ie specified when demand is made, then and in that event the dernanding party may
treat such failure as an anticipatory repudiation of this Agreement,
6
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.
Partners Remodeling shall be declared in default of this Agreement if it does any of the
following:
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: Upon 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 termination. 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.
7
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 Water 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 2271,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.
D. In accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten(10) full-time employees for a value of
at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade association; and (2) will not
discriminate during the term of the contract against a firearm entity or firearm trade association.
8
The signatory executing this Agreement on behalf of Partners Remodeling verifies Partners
Remodeling does not have a practice, policy, guidance, or directive that discriminates against a
firearm entity or firearm trade association, and it will not discriminate during the term of this
Agreement against a firearm entity or firearm trade association.
E. In accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1)does not boycott energy companies; and(2)will not
boycott energy companies during the term of this Agreement. The signatory executing this
Agreement on behalf of Partners Remodeling verifies Partners Remodeling does not boycott
energy companies, and it will not boycott energy companies 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:
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 stated 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.
9
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
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
10
accordance with the terrils, of this Agreement. Where damage is c�aLised to City dLic to Partners
Remodeling's fililUre to perform in these CirCLjjjjStarJjCeS' City may pursue ally remedy available
without waiver of ally 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 froin perfort-ning any of its obligations hereunder by reasons for
which it is not responsible as defined herein. Irlowever, notice of such impediment or delay in
performance MLISt be timely given, and till reasonable efforts undertaken to mitigate its effects.
f ects.
Multiple Counterparts. This Agreement may be executed in inultiple counterparts, ally
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.
IN IT IS WHEREOF, City and Partners Remodeling have executed this
Agreement on the dates indicated.
City of Round Rock, Texas Partners Remodeling, Restoration &
Waterproofing, LLC
By: ...........................- By:%,
Printed Name: Printed Name:
Title: tom. Title:
............C
Date Signed: ...... Date Signed:
For City, Attest:
By:
Mea 'gan Spit
� s" Cit
y C rk,
For City, Approved as to Form:
By:
Stepban Sheets, City Attorney
Exhibit "A"
ROUND ROCK IFE)GJ5
PURCHASHNia Dwismim
C"Ity of Round, Rock, Texas
Purchasing DivisiIon
221 East Main Street
Round Rock, Texas 78664-5299
www.roundroick,texas
REQUEST FOR PROPOSAL (RFP)
CONCRETE AND EXCAVATION SERVICES
UPDATED
SOLICITATION NUMBER 21 -023
SEPTEMBER 2021
City of Round Rock Exhibit "A""
PDA'7,,`E1D Concrete and Excavation Services
RFP No. 21-023
Class/Item; 906-19/913�-61/913-62
September 2021
CONCRETE AND EXCAVATION SERVICES
PART I
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after"the City" seeks proposals from firms experienced in
excavation, maintenance, repair, renovations, installation, and alteration of concrete.
2. BACKGROUND: The City has approximately 1,000,000 square feet of maintained property and occupies
approximately 56 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. City buildings may,need maintenance, repair, renovations
for concrete and excavation of various scopes and sizes throughout the term of the contract. The total
contract value shall not exceed $3010,00(0 per fiscal year for the term of the contract.
3. SOLICITATION PACKET: This solicitation packet is comprised of the following:
Description Index
Part I —General Requirements Page(s)2-5
Part 11 —Definitions, Standard Terms and Conditions Page 6
and Insurance Requirements
...........
Part III—Supplemental Terms and Conditions Page(s)7-10
.......... ........... ..............
Part IV—Scope of Work Page(s) 11-15
Part V—Proposal Preparation Instructions and Evaluation Factors Page(s) 16-19
-----------
Attachment A—Proposal Submittal Form and Execution Page 20
Attachment B—Reference Sheet Page 21
...........
Attachment C—Prevailing Wage Rate Page(s) 22-23
Attachment D— Cost Proposal Sheet Separate Attachment
Attachment E—Subcontractor Information Form Page 24
Attachment F—Sample Work Order Page 25
Attachment G—Sample Invoice Page 26
4. AUTHORIZED PURCHASING CON�TACT(S): For questions or clarification of specifications, you may
contact:
Amanda Crowell Cheryl Kaufman
Purchaser Purchasing Supervisor
Purchasing Division Purchasing Division
City of Round Rock City of Round Rock
Phone: 512-218-5458 Phone: 512,-21':8-5417
E-mail: ami rowyell. roundrocktaxas,&12,yr E-mail: ckaufrn roundrockte "I
The individual(s) listed above is/are the only authorized City contact(s)for this solicitation. The authorized
purchasing contact(s) 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 ol'26
City of Round Rock Exhibit "A"
UPDATE[') Concrete and Excavation Services
RFP No, 21-023
Class/Item: 906-19/913-61/913-62
September 2021
5. SCHEDULE OF' EVENTS: It is the City's intention to follow the solicitation timeline below,
........... ...................
EVENT DATE
.................
Solicitation released September 16, 2021
----------
Optional Pre-Proposal Bid Meeting September 29, 20,21 @ 9:OOAM CST
i Deadline for submission of questions October 1, 2021 @ 5:OOPM CST
City responses to questions or addenclums Approximately October 6, 2021
Deadline for submission of responses October 14, 2021 @ 3:OOPM CST
L
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 the 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:
s/soHcjtatkDns
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;
isr.. c�v�bL��3,ane�sse,,�/solicita-�ioris
6, SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
j0U1r1d1'0Ckte)( our sig�s/scAcltatuons for any updates pertaining to the solicitation
described herein. Various updates may include addendLIMS, 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,
7. OPTIONAL PRE-PROPOSAL MEETING: A pre-proposal meeting will be conducted to,fully acquaint
Respondents with the solicitation requirements and difficulties and/or restrictions inherent in the services
specified® The pre-proposal meeting will be conducted on the date specified in PART 11 Section 5-
Schedule of Events.
A. Attendance at the pre-proposal meeting visit is optional. Respondents shall sign-in at the pre-
proposal meeting to document their attendance. The pre-proposal meeting shall take place at:
City IHall Council Chambers
221 East Main Street
Round Rock, Texas 78664
B. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the
pre-proposal meeting,
8. RESPONSE DUE DATE: Signed and sealed responses are due at or before 100 PM, on the due date
noted in PART 1, Section 5—Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn,. Amanda Crowell
Purchasing Division
221 E. Main Street
Round Rock,Texas 78664-5299
A. Sealed responses shall be clearly marked on the outside of packaging with the RFP Solicitation title,
number, due date and "DO NOT OPEN".
B. Facsimile or electronically transmitted responses are not acceptable.
C. Responses cannot be altered or amended after opening.
D. No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
E. The City will not be bound by any oral statement or offer made contrary to the written proposal.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property
of the City.
Page 3 of 26
City of Round Rock Exhibit "A"'
auI Concrete and Excavation Services
RFP No, 21-023
Class/Item: 906-19/913-61/913-62
September 2021
G. Receipt of all addenda to this RFP must be acknowledged, signed, and included with the proposal
response.
H. Late Proposal(s)will not be considered under any circumstances and will be returned unopened if a
return address is provided.
9. RESPONDENT REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full
comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist
participating Respondents in compiling their final responses. Respondents,are encouraged to carefully
read the entire solicitation.
A, Respondent shall submit one (1) evident signed"'Original" and one (1) identical to the original
electronic copy of the RFP response on a flash drive. An electronic signature on the "original"
solicitation response is acceptable but any resulting contract shall be signed in ink. The submittal is
required to include all addenclums and requested attachments. The RFP response along with
samples and/or copies shall be provided at the Respondent's expense and shall become the property
of the City,
B. This request for proposal (RFP) 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
of preparation to this RFP; all costs associated with responding to this RFP will be solely at the
interested parties'expense. Not responding to this RFP does not preclude participation in any future
RFP/RFQ/IFB.
C. For your RFP submittal to be considered responsive, the attachments identified below shall be
submitted with, your proposal.
Q Addendums:Addendurns may be posted to this solicitation. Respondents are required to
submit signed addendurns with their sealed response. The Respondent shall be responsible for
monitoring the City's website at1 xas 9L)v/�l.,���riesse,s/sc)iicot3tnos�'� for
1 2�
any updates pertaining to the solicitation.
E-] Attachment A: PROPOSAL SUBMITTAL FORM AND EXECUTION: Failure to complete, sign,
and return the proposal submittal form and execution with your offer by the deadline will result
in the disqualification of your proposal.
* 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 be checked prior to award. If
references cannot be confirmed or if any negative responses are received it may result in the
disqualification of submittal.
* Attachment D: COST PROPOSAL SHEET: The cost proposal sheet should be completed for
the City to accurately compare cost proposals. Your method of costing may or may not be
used but should be described. A firm fixed price or not-to-exceed Contract is contemplated.
Attachment E: SUBCONTRACTOR INFORMATION FORM: Provide a signed:copy of the
Subcontractor Information Form.
0 Certificate of Insurance X01):Attach a copy of your current certificate of insurance to this
response. This is for information purposes only,
10. CONFIDENTIALITY OF CONTENT. As stated in Section 16 of City of Round Rock Purchasing
Definitions, Standard Terms and Conditions, all documents submitted in response to a solicitation shall be
subject to the Texas Public Information Act. 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 Information Act. Pricing is not considered to be confidential under any circumstances.
A. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped, bold red letters stating "'CONFIDENTIAL" on that section of the
document. The City will not be responsible for any public,disclosure of confidentiall information if it is
not clearly marked as such.
P,,ige 4 of 26
City of Round Rock Exhibit, "A"
1JFII'JIA112[') Concrete and Excavation Services
RFP No. 21-023
Class/item: 906-19/913-61'/913-62
September 2021
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.
11. 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 or sub-awards to parties that are suspended or debarred
or whose princip6ls are suspended or debarred from doing business with the Federal Government, State
of Texas, or the City of Round Rock.
'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 for a
contract award requiring council authorization. The"Certificate of Interested Parties"form must be
completed on the Texas Ethics Commission website, printed, signed, and submitted to the City by the
authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and
under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission Webpage:
jAlp ,flwww,e ihics.state tx.uslwhatsnew/eif info form"1295,ft'n
13. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of a bid, the
City of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Bidder to the City
Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the bids prior
to the time a bid decision has been made. Communication between Bidder and the Cfty will be initiated by
the appropriate City Official or Employee in order to obtain information or clarification needed to develop a
proper and accurate evaluation of the bid. Ex parte communication may be grounds for disqualifying the
offending Bidder from consideration or award of the bid then in evaluation, or any future bid:.
Page 5 of 26
City of Round Rock Exhibit "A"
I�LJPDA'1"ED Concrete and Excavation Services
RFP No. 21-023
Classfltem; 906-19/913-61/913-62
September 2021
PART 11
DEFINITIONS, STANDARD TERMS AND CONDITIONS,
AND INSURANCE REQUIREMENTS
1 DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation,
the Respondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the
time of release of the solicitation, shall govern unless specifically provided otherwise in a separate
agreement or on the face of a purchase order. In addition, the Supplemental Terms and Conditions listed
in Section III,, shall also be enforced as part of the contract, and can be obtained from the City's website
at: hH s-flwww,rou ndr0c,"k tie, as, C)��(J ItS Ll VJ'N,3Si1r1 ilk
----------- X.-
2. INSURANCE: The Respondent shall meet or exceed all iinsurance 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: �"J)gfj lLsjalo_g inng
Page 6 of 26
City of Round Rock Exhibit "A"
1i 11 Concrete and Excavation Services
RFP No. 21-023
Class/Item; 906-19/913-61/913-62
September 2021
PART 1,11
SUPPLEMENTAL TERMS AND, CONDITIONS
1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the
following:
A, The term of the Agreement shall begin from date of award and shall remain in full force for sixty (60),
months.
B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and
conditions,of this agreement for such a period as is reasonably necessary to re-solicit and/or
complete the project up to 120 days.
2. PAYMENT BOND:
A. The Contractor shall provide a Payment Bond in an amount equal to 100%of any project that
exceeds$50,0001 within 14 calendar days after notice to proceed for project. The Payment Bond
serves as security for the faithful payment of all of the Contractor's obligations for subcontracts,work,
labor, equipment, supplies, and materials furnished under the Contract. The Payment Bond shall be
issued by a solvent company authorized to do business in the State of Texas and shall meet any
other requirements established by law or by the City pursuant to applicable law. The Surety must
obtain reinsurance for any portion of the risk that exceeds 10% of the Surety's capital:and surplus.
For bonds exceeding $100,000 the Surety must also hold a certificate of authority from the U.S,
Secretary of the Treasury or have obtained reinsurance from a reinsurer that is authorized as a
reinsurer in Texas and holds a certificate of authority from the U.S. Secretary of the Treasury.
B. The Payment Bond shall remain in effect throughout the term of the applicable project.
3. PERFORMANCE BOND:
A. The Contractor shall provide a Performance Bond in an amount equal to 100% of any project that
exceeds,$100,000 within 14 calendar days after notice to proceed of project.The Performance Bond
serves as security for the faithful performance of all of the Contractor's obligations under the Contract.
The Performance Bond shall be issued by a solvent company authorized to do business in the State
of Texas and shall meet any other requirements established by law or by the City pursuant to
applicable law.The Surety must obtain, reinsurance for any portion of the risk that exceeds 10% of the
Surety's capital and surplus. For bonds exceeding $100,000 the Surety must also hold a certificate of
authority from the U.S. Secretary of the Treasury or have obtained reinsurance from a reinsurer that
is authorized as a reinsurer in Texas and holds a certificate of authority from the U.S. Secretary of the
Treasury,
B. The Performance Bond shall remain in effect throughout the term of the applicable project.
4. LIQUIDATED DAMAGES: Time is of the essence in the performance of the contract; therefore, tile
Contractor shall strictly adhere to the Contract delivery schedule. No charges in the delivery schedule
shall be effective unless in writing executed by both City and the Contractor. The parties agree that if, due
to no fault of the City, delivery of any material or performance of any service is delayed beyond the time
specified in the Contract, the actual damages sustained by the City because of such a delay will be
uncertain and, difficult to determine, and that the reasonably foreseeable damage incurred by the City
agrees to stipulate to be 5,% of total project cost per calendar day,The Contractor therefore agrees to pay,
and the City agrees to accept, as liquidated damages, the sum of 5% of total project cost per calendar
day for each calendar day of delay.
5. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker employed on
a public work project by a city must be paid: (1) not less than the general prevailing wage rate of per them
wages for work of a similar character in the locality in which the work is performed; and (2) not less than
the general prevailing rate of per diern wages for legal holiday and overtime work. In accordance with
Chapter 2258.022, the City adopted through Resolution No. R-2016-3760 the wage rates set forth by the
Texas Workforce:Commission for the Austin-Round Rock Area as the general prevailing wage rate for the
City's public works,contracts. A contractor or subcontractor who is awarded a contract by the City shall
pay not less than the rates set forth in Attachment C and comply with all applicable sections of Chapter
2258,
Page 7 of'26
City of Round Rock Exhibit "A"'
U, ir, A1 ik. ,,) Concrete and Excavation Services
RFP No. 21-023
Classfltem. 906-19/913-61/913,-62
September 2021
Attachment C- Prevailing Rates are posted in Solicitation Documents for RFP No, 21-023 Concrete and
Excavation Services on the City of Round Rock website at:
6. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The
Respondent shall:
A. Be firms, corporations, individuals, or partnerships normally engaged in providing concrete and
excavation services as specified herein and have adequate organization, facilities, equipment,
financial capability, and personnel to ensure prompt and efficient service to the City,
B. In order to confirm financial stability, the City may choose to review audited financial statements at
any time throughout the RFP evaluation process. Upon request, the Respondent shall provide two
years audited financial statements, including any notes or supplemental schedules within 2 business
days,of the original request.
C. The Respondent shall include in the proposal a list of all litigation the company or its principals have
been involved in within the last three (3) years.
D. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the
United States, or not having a home office inside the United States will not be included for
consideration in this RFP process.
7. SUBCONTRACTORS: If Subcontractors will be used the Respondent is required to complete and submit
with their proposal response Attachment E-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 Contractors own acts and omissions,The Contractor shall:
A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with
the provisions, specifications, and terms of the Contract
B. 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
C. Require that the Subcontractor indemnify 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 approval by the City prior to
use of any subcontractors throughout the term of the contract.
8, 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 Mr 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.
C, 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
Respondents'obligations under,this paragraph.
9, WORKFORCE: Successful Respondent shall'.
A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner.
Note: Inappropriate, language will not be tolerated on City property.
B. Ensure Respondent's employees, while working on City property, wear a company uniform that
clearly identifies them as the Respondent's employee.
Page 8 of 26
City of Round Rock Exhibit "A"'
Concrete and Excavation Services
RFP No. 21-023
Class/item: 906-19/913-6,1/913-62
September 2021
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.
10. PRICING: The Respondent 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 fine-itern charges shall be permitted for either
response or invoice purposes.
Prices for materials will be on a cost-plus basis. The percentage (%) markup shall not be greater than
15%. lnvoices for work performed shall require a copy of a supplies receipt to be included with the
invoice.
0/
Flrk.'es 5..v- I"'ickets (for shaH a basis. 7he IF �"A'
""'JH not, Invoices for work performed shall require a copy of the disposal receipt to
be included with the invoice.
fc),r H1 [,)lIrl on a, if'"arly, ol
159,, Invoices for work performed shall require a copy of the receipt to be included with the invoice.
plice", for, ru'k fe""'In", �,'wvied 0r' 'EMh d) he -,,n a basis, 7he
Y
Ferce,niar,' if�,-iny cfl' inwkup� iJH not 1 5`4, 11equprnerfl Us f,�vvnred lire,curre!rIlL M�ItEfl
a e S l I C)U td ')E'� Invoices for work performed shall require copy of the equipment rental receipt
or a weekly cost sheet from a reputable equipment rental company to be included with the invoice.
11. PRICE INCREASE: Contract prices for concrete and excavation services shall remain firm throughout the
initial twelve (12) month term of the contract. A price increase to the agreement maybe 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 unless otherwise
approved by the City.
A. Consumer Price Index(CPI): Price adjustments will be made in accordance with the percentage
change in the U.S. Department of Labor Consumer Price Index(CPI-U)for all Urban Consumers.
The price adjustment rate will be determined by comparing the percentage difference between the
CPI in effect for the base year six-month average (January through June OR July through
December); and each (January through June OR July through December six month average)
thereafter. The percentage difference between those two CPl issues will be the price adjustment
rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index (CPI) is
found at the Bureau of Labor Statistics, Consumer Price Index website:
L �...........................
B. Procedure to Request Increase:
i. Mail the written price increase request with the rate detail comparison and comprehensive
calculation and any supporting documentation to the designated City Contract Specialist a
minimum of 45 days prior to the annual Contract anniversary date. The detailed written
calculation will be verified and confirmed. All written requests for increases must include the City
of Round Rock contract number, solicitation reference information and contact information for the
authorized representative requesting the increase. Price increase requests shall be sent by mail
to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
2211 E Main Street
Round Rock, TX 79664-5299
ii. Upon receipt of the request, the,City reserves the right to accept the escalation and make
changes to the purchase order within 30 days of the request, negotiate with the vendor, or cancel
the agreement or purchase order if an agreement cannot be reached on the value of the
increase.
Page 9 of"26
City of Round Rock Exhibit "A"
U P D ATE U;") Concrete and Excavation Services
RFP No. 21-023
Class/item: 906-19/913-61/913-62
September 2021
12. ACCEPTANC Ell N SPECTION: Acceptance/Inspection should not take more than five (5)working days.
The awarded respondent will be notified within the time frame if the services delivered are not in full
compliance with the specifications. In the event the services are not performed to the satisfaction of the
City the vendor shall agree to reperform services to specification at no additional cost to the City, If any
agreement or purchase order is cancelled for non-acceptance, the needed services may be purchased
elsewhere.
13. PERFORMANCE REVIEW': The City reserves the right to review the awarded Contractor's performance
anytime during the contract term.
14. POINT OF CONTACT,(POC),/ 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 shalll be
notified by the Respondent immediately should the point of contact change.
B. The City's designated representative will be:
Eric Dady
Superintendent-Building Construction
General Services
Phone office: 512-218-5472 Cell. 5112-688-0350
E-mail: e ad
SIrJLY
15. MATERIALS SPECIFICATIONSIDESCRIPTIVE LITERATURE.
A. Safety Data Sheets: Successful Respondent shall be required to have in their possession at the
location of each project and available upon request material safety data sheets applicable to
hazardous substances that are present at the work site,
B. Materials specifications/descriptive literature are defined as, product manufacturer's catalog pages,
"cut sheets"applicable tests results, or related detailed documents that specify material construction,
performance parameters, and any industrial standards that are applicable such as ANSI, ASTM,
ASME, SAE, NFIPA, NB,S, EIA, ESL, and NSA. The submitted materials specifications/descriptive
literature must include the, manufacturer's name and product number of the product being offered.
16. INTERLOCAL PURCHASING AGREEMENTS:
A. The City has entered into interlocal Agreements with, other Governmental agencies pursuant to the
interlocal Cooperation Act, Chapter 791 of the Texas Government Code.The Contractor agrees to
offer the same price and terms and conditions to other eligible agencies that have an interlocal
agreement with the City.
B. The City does not accept any responsibility or liability for the purchases by other government
agencies through an interlocal cooperative agreement.
Page 10 of 26
City of Round Rock Exhibit "A"
(JPD,ff'k TEE) Concrete and Excavation Services
RFP No. 21-023
Class/Item: 906-19/913-61/913-62
September 202,1
PART IV
SCOPE OF WORK
1. HISTORY: The City has,approximately one million square feet of maintained property and occupies
approximately 56 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. City buildings may need maintenance, repair, renovations
for concrete and excavation work of various scopes and sizes throughout the term of the contract.
2, SCOPE OF WORK: The Contractor shall provide on-site services including all materials and labor
necessary to perform maintenance, repair, renovations, installation, or alteration,for various,City owned or
occupied locations on an as needed basis for concrete and excavation work. Services shall consist of
repairs and new projects. The Contractor is responsible for any site visits to verify existing conditions
prior to construction. If any discrepancies arise between existing conditions and the scope of work the
City's designated person shall be notified. If the Contractor fails to notify the designated person, it is
assumed they discrepancy is included in the agreed upon scope.
Services, performed shall require prior authorization from the City's Building Construction (BC)
Department. Only services meeting the herein mentioned specifications of new construction or matching
of existing conditions on workmanship will be accepted.
3. DESIGNATED CONTACT PERSON: In order to maintain consistent standards of quality work performed
across,the City,the City shall be provided with a designated and identified crew leader/point of contact
upon award of the contract.
A. The City shall be provided with,the designated person's name and telephone number.
B. This contact person shall remain the same throughout the term of the contract or upon termination of
the contact person. If a change has been made in the contact person due to termination, the City's
designated representative shalill 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. The designated contact person shall be identified in the solicitation response and may be required to
attend an oral presentation to the evaluation team prior to award of contract.
DThe City shall also be provided with a secondary designated contact person to communicate with if
the primary contact is unavailable.
4. RESPONSE TIME: Response times shall be as follows:
Non-Emergency Service Calls. "Non-emergency services" are defined as requests for repairs that, if
the issue is not resolved in a reasonable amount of time, will stop normal operations. The Contractor
shall:
A. 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 provided a, PO is issued to the Contractor,
B. Services will be performed during normal operation hours which are 7:00AM-6:00PM.
C. Contractor is expected to follow all noise ordinances set forth by the City.
5, REGULAR AND OVERTIME WORK HOURS:
A. Regular business hours are from 7:OOAM to 6:OOPM.
S. Weekends may be permitted on an as needed basis. Services provided on weekends will not be
considered overtime hours unless the Contractor's personnel have exceeded 40 hours in the
current week.
C. Overtime pay is only permitted in instances where the City deems the work to be necessary and prior,
written approval is given in advance of the work performed,
D. Approved overtime work performed in excess of regular work hours shall, be based on the rate of
regular labor not to,exceed one and one half(1 1/2)times the fixed hourly rate for the tradesman
performing the service,
Page I I of 26
City of Round Rock Exhibit "A"
UPDA FE,T)Concrete and Excavation Services
RFP No. 21-023
Class/litems 906-19/913-61/913-62
September 2021
E, 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.
6. WORKMANSHIP: Work under the resulting contract will be defined on a per job basis. Quality work is
expected of the Contractor and completed work must be signed off and approved by the City of Round
Rock's authorized point of contact. All materials furnished in carrying out this agreement shall be of the
appropriate character and quality as required by the project specifications, scope, and/or existing
conditions. Where no standard is specified,. Contractor shall perform equal or better to the level of finish
for the currently existing conditions and be compliant with all applicable code requirements.
X 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 project specifications, scope,
existing conditions, and/or codes.
C. The Contractor shall at all tirnes keep the adjacent areas of the work site free from construction debris
and the accumulation of any waste materials.
D. Should the Contractor neglect or refuse to remove such unsatisfactory work or materials within 48
hours of notice by the City, or if they fail to make satisfactory progress in doing so, the City may
remove materials or complete work at expense 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.
7, PERMITSIINSPECTIONS: If the project requires permitting and inspections the Contractor shall:
A. Assist City of Round Rock(CORR) representative with any information requested if a project permit is
required.
B. Schedule all inspections as required/requested by building inspections at the following website:
1i1!p,
,i,//ehakjtsouu ud ktt df
C. Notify the CORR representative prior to requesting an inspection to do a pre inspection walk.
DNotify the CORR representative once an inspection has been requested and provide estimated date
and time the inspection will take place,
E. Notify the CORR representative of results of inspections.
F. If any item does not pass inspection, it is the Contractor's responsibility to correct the item, at no
additional cost to the City,
8. EXCAVATION SERVICES. The following contains the minimum requirements and experience for
excavation services required by the City. The Contractor shall-
A. Have experience with excavation and compaction in various soil types and be able to interpret and
comply with geotechnical reports if necessary.
& Review all geological survey's performed by the City prior to beginnings of excavation. If no Survey has
been completed Contractor shall review with the City if one is required before start of excavations,
C. Have all required equipment necessary to perform excavations.
D. Operators of large and/or heavy equipment shall be fully qualified, licensed, and certified as required
by OSHA, industry standards, !state, and federal laws.
E. Be responsible for exporting existing soils and import new soils as required based on each job's
unique requirements.
F. Provide all trucking tickets for importing and exporting soils. The Contractor is allowed up to a
maximum of 15% markup for trucking tickets.,
C
9, DEM0LY'F110l,4, SERVVE& ff( rnc,,),uJred the
r,,nds1.Jnq to to c1eu)n fioll aP\� lk",CA,'Ss-Iy oy
Usu.? Epoxy (h'k, exS(Jn,,; vthen m,akinP .j repairs
Page 12 of 26
City of Round Rock Exhibit "A"'
iL.)PIDA1j"ED Concrete and Excavation Services
RFP No. 21-023
Class/Item: 906-19/913-61/913-62
September 2021
D, Ei-o-sure all art:,, N�-,Joje
`,iS a v a� �s c�n: ril I by t i e C ty
d trig'i"s "'Ind for (,,'(:�Instrud!Jan )�-V'u �y ul� J R
csary.
POG2111d CR+,� if USUN,flf)k.
G. M2k[ tain the Stlrr,.,r(st!Z, iie fi,oirn dus, rnurd, 01',KCE,S,.) rN,,,wlh, rcardebrs v4'tch
:ri to the usling 11(". PrI, t,
as app (,,ahe
s�,°41 be teflkei t to ori stmill"..1ts ai id toa,:Js S r1i,:aIne,
wiwJ ally sw',h Si',Ak'i90 odebris d«.posted strr J, iol arabins, shabe
10, CONCRETE FORM ING/PLACINGJFI N'ISH ING REQUI,REMENTS: The following contains the minimum
requirements and experience for concrete installation, repair, and finishing services required by the City,
The Contractor shall-
A. Ensure that all personnel are skilled and qualified to perform the services as requested.
B. Have a working knowledge of commercial concrete installation, repair, and finishing work.
C. Be able to properly lay out corners for slabs, verify elevations, and install forms based on that work.
D. Have experience with tying and installation of rebar per drawings or directive and supply shop
drawings if required.
E. Be able to finish concrete to a level)that meets industry standard specifications or match existing
concrete if working on a repair.
F. Have a working knowledge of all tools and equipment applicable to the concrete trade, supply
Contractor-owned: tools, and have extensive knowledge of building materials.
G. Be able to work unsupervised and run their own crew.
H. Be familiar and comply with all City Design and Construction Standards found on our website at
L1!tpsJ./wwvv,roundroJ a ,coi (J -d j,",na J(.-)ns1desii--and--
rL Y -1y, L� _ .--................. gL
..
cons l'iru cflio n-s ta rid a rdst
I. Have, at minimum, five(5)years' commercial experience,
11. ESTIMATES: Contractor shall provide a 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
S. Contractor's designated contact name and telephone number
C. Breakdown of labor costs (number of workers, hours worked, hourly rate); also include Supervisor
hours and rate if applicable
D. Materials (detailed description, quantity, unit price, and extended price amounts)
E, Cost of equipment rented to complete project
F. Total cost(labor and materials)
G, Description specifying work to be done
H. Time projected to complete the project
I, See Attachment F- Sample Work Order
12. INVOICE REQUIREMENTS: Each, project shall be invoiced separately; the Contractor shatl 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, travels, payroll expenses,and Supervisor total hours and rate if applicable.
Page 13 of 26
City of Round Rock Exhibit "A"
UPDATED Concrete and Excavation Services
RFP No. 21-023
Class/ltenw 906-19/913-61/913-62
September 2021
B. Supplies and materials: The cost of supplies and materials shall be listed separately from labor. A
maximum percentage markup, as indicated in the cost proposal sheet, will be allowed for material.
Invoices shall have attached a copy of paid materials recelpt from the supplier.
C. See Attachment G- Sample Invoice
12, WARRANTY: Successful Respondent shall provide at minimum 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.
13. CONTRACTOR'S RESPONSIBILITIES:The Contractor shall-
A. Schedule all requested maintenance in advance with the City's point of contact,
B. Properly dispose of all construction and waste materials according to applicable federal, state, and
local health, safety, and environmental lawns, ordinances, rules, and regulations.
C. Visit and inspect work locations prior to the submittal of an estimate. Submittal of the project estimate
is evidence,that the Contractor has,familiarized themselves 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, pricing,
and the equipment, materials, and labor required. Inspection must be scheduled by contacting the
City's designated representative. Any variations in scope or pricing will only be considered on a
case-by-case basis and must be approved in writing by the City POC prior to beginning the work.
The Contractor shall have full knowledge of the scope of work and have ability to anticipate and plan
for variations prior to the project start date,
DProvide,written work estimates to the City's point of contact via email for each project in advance of
beginning work. The estimate shall include labor, equipment, parts, and materials required to perforrn
repairs. Work shall not be: initiated without the City's consent in the form of a formal P,O number.
E. Make all arrangements for delivery, Unloading, receiving, and storing concrete material and supplies
for each project. The City will not assume any responsibility for these shipments.
F, Provide work reports-Contractor(s)shall complete and furnish a work report for each project. A copy
of each work report shall be presented with time and material used to support the cost assessment on
the final invoice. Reports shall include, at a minimum, the following information:
ii. Location of the worksite,
ii, Date and time of arrival at worksite,
iii. Time spent for repair,
iv. Date and time work at location is completed,
v. Part(s)ordered, hourly labor rate with quantities, and equipment rented, if necessary,
vi. A detailed description of all the completed repair work certifying the item is,in working order shall
be signed by the City's designated representative at the time the work is completed
vii, Be responsible for rental of any equipment that may be required to complete task. Contract shall
be permitted to charge a Percent Markup over cost not to exceed 15%for rental equipment.
G. Maintain Communication- Communication is vital to the City of Round Rock. The City requires
timely communication throughout the entire job process.The City understands that lead times can
vary depending upon the size, manufacturer, and difficulty of the required tasks.
14. CITY RESPONSIBILITIES: The City,will-
A. Provide the Contractor with a complete and accurate project overview with the request for estimate.
B. Coordinate scheduling with Contractor.
C. Ensure work area is reasonably free of safety hazards,
D. Provide access, to locations,where services are required.
Page 14 of`26
City of Round Rock Exhibit "A"
Lfl61i')A'TED Concrete and Excavation Services
RFP No., 21-023
Class/item: 906-19/913-61/913-62
September 2021
E. Provide local vehicle parking and access to the work areas. If Suitable parking cannot be furnished by
the City, the Contractor shall arrange for off-site parking and transportation to/from the work site.
F. Provide reasonable access to standard power and water utilities as needed to complete the project.
G. Inspect work performed to ensure compliance with the scope of work.
H, Review all invoices to ensure accuracy.
Page 15 of 26
City of Round Rock Exhibit "A"
VLJPDATED Concrete and Excavation Services
RFP No. 21-023
Class/item: 90�6-19/913-61/913-62
September 2021
PART V
PROPOSAL PREPARATION INSTRUCTIONS
AND EVALUATION FACTORS
1. PROPOSAL ACCEPTANCE PERIOD: All proposals are valid for a period of one hundred and twenty
(120) calendar days subsequent to the RFP losingi date unless a longer acceptance period is offered in
the proposal.
2. PROPRIETARY INFORMATION: All material submitted to the City becomes public property and is
subject to the Texas Open Records Act upon receipt. If a Proposer does not desire proprietary
information in the proposal to be disclosed, each page must be identified and marked proprietary at time
of submittal, The City will, to the extent allowed by law, endeavor to protect such information from
disclosure. The final decision as to,what information must be,disclosed, however, lies with the Texas
Attorney General. Failure to identify proprietary information will result in all unmarked sections being
deemed non-proprietary and available upon public request,
3. PROPOSAL PREPARATION COSTS: All costs directly or indirectly related to preparation of a response
to the RFP, or any oral presentation required to supplement and/or clarify a proposal which may be
required by the City shall be the sole responsibility of the Proposer.
4. PROPOSAL RESPONSE: Responses shall be clear and concise and shall include at a minimum: title
page, transmittal letter, index or table of contents, dividers for each section and all required attachments.
One page shall be interpreted as one side of a double-spaced, printed, 8 112"X 11"'sheet of paper, It is
recommended that responses be submitted in a professional, bound format that best contains all required
documentation for submission.
In order to do business with the City of Round Rock you: must be registered with the City's Vendor
Database, To register, go to: h r.1
5. PROPOSAL FORMAT: Prefacing the proposal, the Proposer shall provide an Executive Summary Of
three (3) pages or less, which gives in brief, concise terms, a summation of the proposal. The proposal
itself shall include a title page, index or table of contents,, dividers for each section and all required
attachments,and addendums to be organized in the following format by Tab and informational sequence:
A. Tab 1-Business Organization: State full name and address of your organization and identify parent
company if you are a subsidiary, If your organization is a corporation, answer the following:
i. State any former names your company has operated under,
ii, date and state of incorporation, and
iii. names and titles of all corporate officers.
iv. If your organization is a partnership, answer the fallowing;
(a) date of organization,
(b) type of partnership (if applicable); and
(c) the names of all general partner(s).
v. If your organization is individually owned, answer the following:
(a) date of organization; and
(b) name of owner.
vi. If the form of your organization is other than those listed above:
(a) describe it; and!
(b) name the appropriate owners, officers, principals, etc. IS Your organization authorized to do
business in Texas?
Specify the branch office or other subordinate element which will perform, or assist in performing,
work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the
State in which incorporated or licensed to operate.
B. Tab 2- Financial Information: Include a financial statement, preferably audited, including your
organization's latest balance sheet and income statement, showing the following items:
i. Current assets (e.g. cash,joint venture accounts, accounts receivable, notes receivable, accrued
income, deposits, materials inventory, and prepaid expenses).
H. Non-current assets (e.g., net fixed assets, other assets).
iii. Current liabilities (e.g.,, accounts payable, current notes payable, accrued expenses, provision for
income taxes, advances, accrued salaries, and accrued payroll taxes),
11age 16 ot'26
City of Round Rock Exhibit "A"
u,JPDAIFED Concrete and Excavation Services
RFP No. 21-023
Classfltem: 906-19/913-61/913-62
September 2021
iv. Non-curent liabilities (e.g., notes payable).
v. Capital accounts and retained earnings (e.g., capital, capital stock, authorized and outstanding
shares par value, earned surplus and retained earnings).
a) Name and address of firm that prepared the attached financial statement and date thereof,
b) Is the attached financial statement for the identical organization named in the question B
above? If not, explain the relationship and financial responsibility of the organization whose
financial statement is provided (e.g., parent, subsidiary),
c) Will the organization whose financial statement is attached act as a guarantor of the
proposed contract for construction?
d) Provide name, address, contact person, and phone number for your bank reference.
vi. Surety and Aaent: Provide the: (a) name of your bonding company; and (b)the name and
address of your agent. Payment bonds for a project that exceeds$50,000 and performance
bonds for a project that exceeds,$100,000 will require 100% of the Guaranteed Sum to be
bonded.
C. Tab 3- Program: Describe your technical plan for accomplishing required work. Include such time-
displays, graphs, and charts as necessary to show tasks, sub-tasks, milestones, and decision points
related to the scope of work and your plan for accomplishment. Specifically indicate:
i. Describe your construction management approach and ability,to coordinate work with all City
personnel and suppliers in order to meet the deadlines established in the submittal construction
schedule
iL Describe your ability to complete the project within the schedule taking into account existing
commitments.
iii. Describe your ability to identify and resolve potential issues, delays, etc.
iv. Describe your back up/contingency plan for any unanticipated delays.
v. Describe your quality control program. Explain the methods used to ensure quality control during
the construction phase of the project. Provide specific examples of how these techniques or
procedures were used from any of three (3) projects listed in response to Tab 5 Prior Experience
vi. Provide complete construction schedule assuming a notice to proceed will be provided within 30
days of bid opening (actual notice to proceed will be a different date). Schedule,shall match the
calendar days required to reach final completion for the project as provided in this agreement.
viii. Describe the scheduling techniques, including any scheduling or project management software,
you would employ on this project.
ix. A statement of your complliance with all applicable rules and regulations of Federal, State and
Local governing entities. The Proposer must state their compliance with terms of this Request for
Proposal (RFP) or clearly document any exceptions,
x. Include a description of your company's safety program and provide a summary of your OSHA
200/300 logs for the last three years,
D. Tab 4 - Proiect Management.Structure: Provide a general explanation and chart which specifies
project leadership and reporting responsibilities; and interface the team with City project management
and team personnel.
E. Tab 5 - Prior Experience: Describe only relevant current and past (5 years) municipal, corporate, and
individual, experience for personnel who will be actively engaged in the project. Include the following
information:
i. Location of project
ii. General nature of project
iii. Construction procurement method (e.g., competitive bid)
iv. Nature of your services (e.g., general contractor)
v. Contract amount
vi. Size in square feet
vii. Original construction budget and actual cost of construction at completion. Describe difference if
necessary
viii. Start date, completion date, and original construction schedule duration
ix. List up to ten projects of varying size, scope, and complexity your organization has performed, if
any, inside the Austin- Round Rock Metropolitan Statistical Area (MSA) and date those projects
were completed,
Page 17 of 26
City of Round Rock Exhibit "A"
i,341DA'I"ED Concrete and Excavation Services
RFP No. 21-023
Class/Item-. 906-19/913-61/913-62
September 2021
Do not include corporate experience unless personnel assigned to this project actively
participated. Supply the project title, year, and reference name, title, present address, and phone
number of principal persons for whom prior projects were accomplished.
F. Tab 6- Personnel. Include names, qualifications, and resumes of all personnel who will be assigned
to the account. State the primary work assigned to each person and the percentage of time each
person will devote to this work. Identify key persons by name and title,
G. Tab 7-Authorized Negotiator: Include the name, email address, and telephone number of the
person(s)in your organization authorized to negotiate Contract terms and render binding decisions on
Contract matters.
H. Tab 8—Attachments and Addendum: including Attachment A— Proposal Submittal Form and
Execution, Attachment B—Reference Sheet, and signed,addendums (if applicable) and all other
documents listed under Part 1, Item 8. Respondent Requirements.
1. Tab 9—Cost Proposaf: Information described in the following subsections is required from each
Proposer.Your method of costing may or may not be used but should be described. List the
requested hourly rates and percent over cost on Attachment D-Cost Proposal Sheet.
i. Manpower. Itemize to show the following for each category of personnel with separate hourly
rate. Include a separate sheet of paper if necessary to include rates not called out on the
cost proposal sheet.
a. Project manager,foreman, laborer, finisher, machine operators, etc.
b. Rate applied for each category of personnel,
ii. Percentage Markup of<15%for materials on a cost-plus basis.
ani, rVal lfup o5 1" for
iv. Percentage Markup of X15%for trucking tickets (for soil disposal)on a cost-plus basis.
v. Percentage Markup of:515%for fill dirt fees on a cost-plus basis.
vi, Total (not to exceed) Cost
J. Tab 10- Exceptions: Be advised that exceptions to any portion of the Solicitation may jeopardize
acceptance of the Proposal by the City. Exceptions to this solicitation if any, shall be submitted on a
separate sheet labeled "Exceptions"with the Respondent's proposal,.
6. EVALUATION CRITERIA: The intent of the City is to award to one or more Respondent(s) in accordance with the
evaluation criteria below. The purpose of this evaluation criteria is to determine which proposal best
meets the requirementsacrd provides the best overall value to the Cit
A. Evaluation Criteria: Weights:
• Business Information, Financial Information, and Program(Tabs 1-3) 25 pts
• Company Work Experience and Personnel Qualifications (Tabs 5 & 6) 25 pts
• Cost Pro posal,(Tab 9) 50 is
Maximum Weight: 100 pts
B. An evaluation committee will be established to evaluate the proposal. The committee will include
employees of the City and may include other impartial individuals who are not City employees, The
evaluation committee will determine if discussions and/or Best and Final Offers (BAFO)are necessary.
Award of a contract may be made without discussions or BAFO, if in the best interest of the City.The
evaluation committee may determine that discussions are necessary to clarify or verify a written
proposal response. The City may, at its discretion, elect to have respondents provide oral
presentations of their proposal. The City reserves the right to rescore an offer based on provided
demonstrations.A request for a BAFO is at the sole discretion of the City and will be requested in
writing. The evaluation committee will evaluate the finalists and make a recommendation for award.
C. The City reserves the right to reject any or all proposals submitted, or to award to the respondent(s)
who in the City's opinion, offers the best value to the City. The City also reserves the right to cancel
the: RFP process and pursue alternate methods for providing the requirements.
D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any
proposal.
Page 18 of 26
City of Round Rock Exhibit "A"
Concrete and Excavation Services
RFP No, 21-023
Classlitern: 906-19/913-61/913-62
September 2021
E. The City reserves the right to waive any minor technicality, irregularities, or informalities noted
in the submission process. Submission of proposal confers no legal rights upon any
Respondent.
F, The City reserves the right to request further documentation or information and to discuss proposal
response with any Respondent in order to answer questions or to clarify any aspects of the proposal.
G. The City may develop a"short list"of qualified proposal and may determine that the
Respondent(s)should submit a Best and Final Offer(BAFO). Each "short listed" Respondent will be
given a reasonable opportunity for discussion and revision,of their proposal.
7. AGREEMENT NEGOTIATIONS AND AWARD PROCESS:
X A proposal presented in response to this RFP is subject to negotiation concerning any issues
deemed relevant by the City. The City reserves the right to negotiate any issue with any party. Any
unsolicited communication by the Respondent to a City official, undesignated employee, or an
evaluation team member evaluating or considering the offers may be grounds for disqualifying the
offending Offeror from consideration of award,
B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and
recognition that the City may make subjective judgments in evaluating the proposal to determine the
best value for the City.
C, If negotiations are successful, the City and Respondent may enter into an agreement,
D. If negotiations are unsuccessful, the City may formally end negotiations with that Respondent. The
City may then:
L Select the next most highly qualified Respondent and attempt to negotiate an agreement at fair
and reasonable terms, conditions, and cost with that Respondent.
ii. The City shall continue this process until an agreement is entered into or all negotiations are
termi1nated.
E. The City also reserves,the right to reject any or all submittals, or to accept any submittal deemed
most advantageous, or to waive any irregularities or infbrmalities in the submittal received.
F. An independent signed authorized contract will be sent to the successful! Respondent. Execution of a
City of Round Rock contract is required prior to starting work and processing any payments to the
awarded Respondent.
8. POST AWARD M'EETING: The City and the Respondent may schedule a post award meeting to discuss,
but not be limited to the following:
A. Provide City contact(s) information for implementation of the Agreement.
Page 19 of 26
Exhibit "A"
City of Round Rock
LIPDATED Concrete and Excavation Services
RFP No. 21-023
Classiltem-1 90649/913-61/913-62
September 2021 ATTACHMENT A
PROPOSAL SUBMITTAL FORM AND EXECUTION
Nir',YrE: RESPONDE,014TS SIIAi 1. C(')MF11,,E7r,-',, SIG 4 APVD RETURN THIS AHACHMEIVT W!,Th/ 7WEIR
PROPOSAL, FA1tA;R1`:F0 DO,SO WR L TtON OF T�IE 1"IWPOSAI.,
By signature hereon,the Respondent certifies that:
All statements and information prepared and submitted in the response to this RFP are current, complete,
and accurate.
He/she has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity,
future employment, gift, loan gratuity, special discount, trip, favor,or service to a City employee, evaluator-,
or evaluating entity in connection with the submitted response. Failure to sign the Execution of Proposat
or signing it with a false staternent shall void the submitted offer or any resulting contracts.
Respondent represents and warrants that the individual signing this Execution of Proposal is authorized
to sign this document on behalf of the Respondent and to bind the Respondent under any contract
resulting from this request for proposals.
:>
RESPONDENT (COMPANY)- 0
SIGNATURE(IN INK)-
NAME(TYPED/PRINTED)
TITLE:_co_- DATE:
STREET:
CITYISTATEIZIP:
TELEPHONE AND FACSIMILE 140.:
E-MAIL ADDRESS:
FEDERAL TAX,IDENTIFICATION IN:UMBER(FIN): -4
By submitting a response to,this solicitation, the Respondent agrees that the City's Definitions and Standard
Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically
provided otherwise in a separate agreement or on the face of a purchase order. In addition, the
Supplemental Terms and Conditions listed in Section 111, shall also be enforced as part of,the contract, and
can be obtained frown the City's website at: LtE -ki, 91
...........
Page 20 of 26
Exhibit "A"'
City of Round Rock
UK)AII.E lD Concrete and Excavation Services
RFP No, 21-023
Class/Iteirn: 906-19/913-611913-62
September 2021
ATTACHMENT B
IREFER,E,NCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER. V -C�7.3
RESPONDENT'S NAME�
Provide the name, address,teiephone number and:E-MAIL of at least three(3)valid Municipal, Governfflerlt
agencies or firms of comparable size that 1,,mve utilized services that are similar in type and capacity within the
last two(2)years. Cfty of Round Rock references are riot applicable,, References may be checked prior to
aw,ard. If references cannot be confirmed or if any,negative responses are received it may result in the
disqualification of submittal,
1. Cornpany's Name
Name of Contact
Title of Contact
E-Mail Address Albern..
�Present Address
,City, Mato,Zip Code
Telephone Number 4 61 -PlFax Number:
2. Company's Name
Narne of Contact
Title of Contact
E-Mail Address
Present Address
City, State, Zip Code
Teiephone Number -'321.)'W Fax Number:
3. Cornpany's Name CIL
Narne of Contact
Title of Contact
E-Mail Address,
Present Address (03t� 6-:AST
City, State, Zip Code AeA,>og,
Telephone Number
Fax Number
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATiONRESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Page 21 of 26
City of Round Rock Exhibit "A"
UPDATED Concrete and Excavation Se,rvlces
RFP No. 2,1-023
Class/item: 906-19/913-61/913-62
September 2021
ATTACHMENT C PREVAILING WAGE
2016 ANNUAL TEXAS WORKFORCE COMMISSION WAGE RATES
Construction and Extraction Occupations Hourly $12.32
First-Line Supervisors of Construction Trades and Extraction Workers Hourly $1819
Brickmasons and Blockmasons Hourly $20.94
CarpentersHourly $13,28
...................
Floor Layers, Except Carpet, Wood, and, Hard Tile Hourly $12�00
...
.......... .
...........
Tile and Marble Setters Hourly $12,20
Cement Masons and Concrete Finishers Hourly $12.92
...... .
.........
Construction Laborers Hourly $10.81
Paving, Surfacing, &Tamping Equipment Operators Hourly $12,41
Fele-Driver Operators Hourly $14,65
Operating Engineers and Other Construction Equipment Hourly $13.80
.....................
Dr
' all and Ceiling Tile Installers .
Hourly $14.28
- — ...................Eletricians
Hourly $15,80
----------
Glaziers Hourly $13,08
Insulation Workers, Floor, Ceiling, and Wall Hourly $13.29
Insulation Workers, Mechanical Hourly $14.52
............
_i5ainters, Construction and Maintenance Hourly $12.25
Pipelayers $1119
-
Plumbers, Pipefitters, and Stearnfittes
r__ Hourly $14.46
i Reinforcing Iron and Rebar Workers Hourly $13.87
RoofersHourly $12.38
..............
Sheet Metal Workers Hourly $13,25--r-.—
__St
trUCtL;a_
I Iron and Steel Workers Hourly $14.75
Helpers-Brickmasons, Blockmasons, Stonemasons,and Tile and Marble Hourly $12.36
Setters
Helpers-CarpentersHourly $&17
. ..........
Helpers-Electricians Hourly $8.78_
Helpers-Pipelayers, Plumbers, Pipefitters, and Stearnfitters Hourly $10.04
Helpers-Construction Trades,Al:l Other Hourly $10.34
Construction and Building Inspectors Hourly $19.15
_-Fence Erectors Hourly $12�17
..............
Hazardous Materials Removal Workers Hourly $12.98
—-- ---- ------ ...................
Highway Maintenance Workers Hourly $13.44
Septic Tank Servicers;and Sewer Pipe CleanersW ..........
Hourly $12.05
..............
Construction and Related:
Works, All Others Hourly $13.34
Derrick Operators, Oil and Gas Hourly $10.38
Service Unit Operators, Oil, Gas and Mining Hourly $13.22
Earth Drillers, Except Oil and Gas j Hourly $16.45
Rock Splitters,Quarry ........... J.-H.o.y.rly $10,65
Roustabouts, Oil:and Gas $11.6,9
Hourly
Installation, Maintenance, and Repair Occupations mm Hourly $12.59
F
First-Line Supervisors of Mechanics, Installers, and Repairers FIOUrly $19.61
Computer,Automated Teller&Office Machinery Repairers Hourly
$10,93
Radio Mechanics Hourly $14.11
............
Telecommunications Equipment Installers and Repair Houirly $15.62
...............
Page 22 o'26
City of Round Rock Exhibit ":A"
1111 P'G tAl flD Concrete and Excavation Services
RFP No. 21-023
Class/Item: 906-19/913-61/913-62
September 2.021
Electric Motor, Power Tool, and Related Repairs Hourly $13.76
Electrical and Electronics Repairers, Commercial and Residential Hourly $16.12
Electrical and Electronic Repairers, Powerhouse Substation, and Relay Hourly $22.18
Electronic Equipment Installers and Repairers, Motor Vehicles Hourly $13.30
Security and Fire Alarm Systems Installers Hourly $17.79
Aircraft Mechanic and Service Technicians Hourly
Automotive Body and Related Repairs Hourly $15.89
.....................
Automotive Glass Installers and Repairers Hourly $14.29
........................................
Automotive Service Technicians and Mechanics Hourly $. 13.38
...........
Bus &Truck Mechanics & Diesel Engine Specialists Hourly $15,61
..............
Farm Equipment Mechanics Hourly $11.52
Mobile Heavy Equipment, Except Engines Hourly $14.84
Motorboat Mechanics Hourly $13.38
Motorcycle Mechanics Hourly
Outdoor Power Equipment& Other Small Engine Mechanics Hourly $10.31
Recreational)Vehicle Service Technicians Hourly $12.75
Tire Repairers and Changers Hourly $10,45
Control and Valve Installers and Repairers, Except Mechanical Door Hourly $14,82
Heating,Air Conditioning and Refrigeration Mechanics and Installers Hourly $16,15
Home Appliance Hourly $13.04
Industrial Machinery Mechanics Hourly $15.74
Maintenance Workers, Machinery Hourly $15.31
1� Millwrights Hourly $15.79
Electrical Power-Line installers and Repairers Hourly $15.94
Telecommunications Line Installers and Repairers Hourly $13.68
...................
Medical Equipment Repairers Hourly $%05
.................
Precision Instrument Repairers, Other Hourly $14,40
Maintenance and Repair Workers, General Hourly $11.42
......... ...........
Coin, Vending, and Amusement Machine Servicers and Repairers Hourly $10.00
............
Locksmiths and Safe Repairers Hourly $12.93
...............
Helpers Installation, Maintenance, and Repair Workers Hourly $8.30
..........
Installation, Maintenance & Repair Workers, Other Hourly $10.61
Production Occupations Hourly $10.43
First Line Supervisors of Production and Operating Workers Hourly $191.08
..............
Electrical and Electronic Equipment Assemblers Hourly $11.81
Electromechanical Equipment Assemblers Hourly $15.04
....... ---
Structural Metal Fabricators and Fitters Hourly $14.88
Team Assemblers Hourly $9.19
Timing Device Assemblers,Adjusters&Calibrators Hourly $16-33
Assemblies and Fabricators, All Other Hourly $10.10
Computer Controlled Machine Tool operators, Metal and Plastic Hourly $12.70
Numerical Tool and Process Control Programmers Hourly
...........................______
Extruding and Drawing Machine Setters Hourly $12.14
Cutting, Punching, and Press Machine Setters, Operators Hourly $10.91
Grinding, Lapping, Polishing and Buffing MachineHourly $10.58
Lathe and Turning Machine Tool Setters, Operators Hourly $13.47
Machinists Hourly $14.96
Pa,ge 22 ()t'26
AttachmentFMWjRA Wow shoot
Concrete and Excavation Services- UPDATED
RFP21-023
pol
,n,rost of items listed ural should in lude all product,ordering, in+g,sdrministr«athro,and all uathier rm` kaa ous chaarg s."rho cost propo t
will be used for cost e cost eom pia only,All quare," s listed are estimates,The City r the right to purchase more or less than the
quaanitiies iruu k;ated be o . The total urara value shall not exceed$300,051t per fiscal year for the lann of Ow contract.
Section tarf
MhOUT
/ 1 iul a r orc, /i„✓Gr,l y.rate
,//// ,,/ rr/riii/r.✓c�////. rrr/r.�,,// , /r%� /1 0/
L$40,0
�
,
e,8r00rc,/0/0
rr/r
/,.
kuabcarer hrau raat a 100 hour $35.00 $3,500M
hGU1iy r<a'r,r _ ?r"X;l iac,krr plopt[,0 00aw
4 Concrete Foreman hou,d mato 240 hour 40.CttO $9,6010.00
5 Rob ar Worker beau rate 120 hour WOO $4,800.00
Concrete Fhii;sher hoaedy rate 160 Mesar $40.00, $6,400.00
Section 11, Additional Information is suction Mill not be evalluated under Cost beat will become it offt cora t..
l Prices for Mat9fial shall kers on,as cost-plus basis.The Percentage(%)if any,of markup ll not Percentage $10.
00
exceed 15%.Proposed markup shall be: Markup
Ince:”;f('wu l,,,qWprnaaant tvaPheflvr duce wed,or rented),0'1a 1 be an ii a,,r tI11 l4us Percentage
ra'aa ray "l 1 a lPejr�� nt avp(�,(%)if an y� of mu �n laud)anr�al iro �t a ,an 1556 H a riiur prrr7:¢aaP»r o, a,�ar a�r,lr Vo ��,.wffrenl Markup x'10.00
iu�.,. u�raaup.�.rt rarorwl�al a�4. �Vra.a!�al�;:t l;rn, �I,prNircw,af I"u call�,w„uarl rutrrrlaaarla �Iur�ll Vr� lI
g Prioos for"f rucklgi Tickets(for aril is aal)str Ell be cru a dust-plus basis.The Percentage(%) Percentage 10.
00
if any,of markup will not exceed 1'5%, Proposed markup stash be: Markup
14 Prices for pill Birt shsall be a cost-plus basis.The Percentage(%)if any,of markup will not Percentage S10.Cuf3
ex 16%,Pr sed rraaartau shall be: Isrku
Exhibit "A"
City of Round Rock
UPDX',N'ED Concrete and Excavation, Services
RFP No. 219023
is /item:906-19/913-611913-62
September 2021 ATTACHMENT E
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND R,ETUIRN THM FORM WITH THE SOLICITATION RESPONSE
SOLICITAXION NUMBER:_zk_01-__ -
RESPONDENT'S NAME: WCC046TS_gA� -U DATE; L0-%%-2,)
0 CIRCLE ONE- NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT
YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES
If yes complete the information below
I Subcontractor Name
Name of Contact
E-Mail Address
Address
City, State, Zip Code
Telephone Nurnber Fax Number:
Describe work to be
perfomied
Percentage of contract %
work to be performed
2. Subcontractor Name
Name of Contact
Title of Contact
E-Mail Address
Address
City, State, Zip Code
Telephone Number Fax Number'
�Describe work to be
performed
Percentage of contract %
work to be performed .......
Add additional pages as needed
Page 24 of 26
City of Round Rock Exhibit "A"'
L)PIDATME) Concrete and Excavation Services
RFP No. 21-023
Class/Item: 906-19/913-61/913-62
September 2021
Attachment F-Sample Work Order
SAMPLE WORK REPORT WORKORDER
Your Company (SAMPLE)
Company Address
City,State Zip Code WORK ORDER#: XXXX
Phone: DATE: 00/00/0000
Email address:
TO: FOR:
City of Round Rock ATTN: LOCATION:
Brandon Pritchett Water EQUIPMENT:
Treatment Plant 3099 E. P.O. Number:City's PO Number
Palm Valley Rd Round Rock
Texas 28664
WORK ORDER (SAMPLE)___._.
Date and Time of arrival on site: 8/16/2019 arrived on site at 8:20AM
Date and Time work completed: 8/16/2019 completed on site visit at I 1:201am
Description of Services Provided:
ALL NECESSARY PARTS&MATEMALS TO REMOVE, EXAMINE,AND REBUILD FLOWSERVE 12-EMLEMSTING PUMP
BOWL AT LAKE CREEK STATION. DETERMINED SHAFT COUPLINGS DAMAGED. REPLACED SHAFT COUPLINGS AND
INSTALLED NEW RUBBER INSERTS.CLEANED AND REBUILDFLOWSERVE 12-EMAL PUMP BOWL.CLEAN &BUFF
EXISTING BOWL, PUMP HEAD, RE-ASSEMBLE COMPLETE CAN PUMP, EPDXY PAINT OD OF THE PUMP BOWL,
COLUMN, PUMP HEAD,
SUMMARY OF COST UNIT OF CITY UNIT EXTENDED
MEASURE COST AMOUNT
REPAIR REGULAR HOURS Hour(s) 2 $00.00 $00.00
RUBBER INSERTS Each 3 $00.00 $00.00
I"SS 14TPI SHAFT COUPLINGSPARTS
145233 452.93 Each 2 $00.00 $00.00
SS HARDWARE SUCH AS PUMP BOWL BOLTS&FLANGE
COLUMN BOLTS
TOTAL $00.00
'Thank you for your
business!
Page 25 of'26
City of Round Rock Exhibit "A"'
,J1/,'r`,`DA'TED Concrete and Excavation Services
RFP No.,21-023
Class/Item: 906-19/'913-61/913-62
September 2021
Attachment G.Sample Invoice
SAMPLE INVOICE INVOICE
Your Company INVOICE#: XXXX
Company Address DATE:00/00/0000
City, State Zip Code
Phone:
Email address:
TO: FOR:
City of Round Rock ATTN: Description of Services Provided
Brandon Pritchett Waiter P.O. Number: City's PO Number
Treatment Plant 3099 E.
Palm Valley Rd Round Rock
Texas 78664
DESCRIPTION UNIT OF QTY UNIT EXTENDED
MEASURE COST AMOUNT
Lake Creek 3 Pump Repair
Line Shaft 1"x 10,97" Each 3 $00.00 $00.00
Stuffing box Bearing Each 2 $00.00 $00,00
Spider Bushing Each 4 $00.00 $00.00
Tail Bearing Each 1 $0.00 $0.010
Labor(repair) Hour 12 $0.00 $0.00
Description of Services Provided
Called for Repair on Pump at Lake Creek 3. Pulled
motor and brought to shop. Bearing damaged and
needed to be replaced. Replaceddamaged blearing
and additional components that were showing signs
of wear.
........—-------
TOTAL $0.00
rl k you for your
business!
Page 26 of 26
Exhibit "A"
ROCK Ttni
� n.� �
23
ADDENDUM
CITY tf tit ,TEXAS
Solicitation:. REP 21-023 Addendum 'too. 1 plate of Addendum. 10141 2021
This addendum is to incorporate the following changes to the above referenced solicitation:
1. Clarifications and Addit orws:
A, Increased total contract value in Cart t, itern 2 of solicitation document and on Attachment 13-Cost Proposal
Sheet_
B, Updated Part 119, Item 10-Pricing of solicitation document,
Added Dart IV, Item g- Demolition Services to solicitation document.
D. Updated Dart V, Item a.l,iii, -percentage Markup Pricing of solicitation document.
E, Added Lime 3 for Erarner houriyr rata to Attachment fit-Coast proposalWorksheet.
F. Updated Line 3 to reflect owned vs rented equipment on Attachment D- Cost Proposal WorksheeL
Qi. _questions.
1. The City has a requirement that work must begin within five days, Currently, concrete orders are g-11 days
out.Will that be acceptable"
Al, So Ionng as tine C orntu«sctrnn,anon n'nu.arnuc ates tin the ("Myr in a fiiiirirfly rnnwenner thal the, raoen"nerete u".nat riW$ sire
delayed thrn City wrill work, to coor6nnate scinr„nrtrnduirig apl�)r p iaWy,
. Regarding the equipment rental fee line item ii'I own equipment will that give a vendor who, rents the
egWpment an unfair p6cnrng advantage as i wwill have to increase my hourly rates to adjust for my equipment
fees whereas they will be giving regular hourly rates arra don't have to increase their'fees due to owning
equip'men't.
A,tt. II lie (3itt has e.ularaied Line tt on a a�4titact,inie nt t-) t:tra,nl II`-IrrairassW ttttnrrirsheet..
Q3 On the Cost proposal Worksheet it says"Laborer,"can we change that to Framer?
A3 rl-ie City has adr,ln'nrrt flrne 3,, "t riarneilr° to Attachment Lt ost Prol,)r°al,tt"wPnnutcstmet.
ill. ALL THEtl "fERNIS AND CONDITIONS REMAIN THE SAME.
6 APPROVED BY: —,JZ2�J242.,r,.– ',If '10/4/2021
Amanda Crowell, purchaser
Purchasing Office, 512-213-5453
By the signature affixed belowrw this addendum is hereby incorporated into and made apart of the above referenced
solicitation.
Exhibit "A"
ACKNOWLEDGEDUM
�'i�P�saer�-- c�'.ak A�rized Si o,aEe
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO 00 80 MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSWERATION FOR AWARD.
Exhibit "A"
Nus
OCA^. II XAS
i
ADDENDUM
CITY OF ROUND ROCK,TEXAS
Solicitation: REP 1 duii No: Date ofAddendum: 10113/21
This add ndrnrrn is to incorporate the foilowing changes to the above referenced soli it tion:
L l.,The proposal due date is hereby extended until Wednesday 10/20/2021, at ;gd i .
11, ALL OTHER TERMS,AND CONDITIONS REMAIIN THE SAME.
APPROVED BY: AVAPt41 L �m � el",o 64) 10/1 / 1
Amanda Crowlelli, Purchaser
Purchasing Office, 512-2,18-5458
By the signature affixed be,low this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWI-EDGED BY:
auth dzeq�re Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOURSEALED
PROPOSAL. FAILURE TO D10 SO MiAYUT t LL 1'S U LI YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.