Contract - Southwest Sealants, Inc. - 3/14/2024 CITY OF ROUND ROCK AGREEMENT FOR
PURCHASE OF WATERPROOFING SERVICES
WITH
SOUTHWEST SEALANTS, INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREEMENT for the purchase of waterproofing services, and for
related goods and services (referred to herein as the "Agreement"), is made and entered into on
this the 1day of the month of 1 ` , 2024 by and between the CITY OF
ROUND ROCK, a Texas home-rule municipality, whose offices are located at 221 East Main
Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and SOUTHWEST
SEALANTS, INC., whose offices are located at 16074 Central Commerce Drive, Suite A101,
Pflugerville, Texas 78660 (referred to herein as the "Services Provider").
RECITALS:
WHEREAS, City desires to purchase waterproofing services; and
WHEREAS, City has issued its "Request for Proposals" for the provision of said goods
and services; and
WHEREAS, City has determined the proposal submitted by Services Provider provides
the best value to the City; 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 sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.0 DEFINITIONS
A. Agreement means the binding legal contract between City and Services Provider
whereby City is obligated to buy specified services and Services Provider is obligated to sell
same. The Agreement includes the following: (a) City's Request for Proposal, designated
Solicitation Number 23-036 dated July 2023 ("RFP"); (b) Services Provider's Proposal; and (c)
4853-3718-6719/ss2
1
Z 202{--OSI
i
C
any exhibits and/or addenda thereto. Any inconsistencies or conflicts in the contract documents
shall be resolved by giving preference in the following order:
(1) This Agreement;
(2) Services Provider's Proposal;
(3) City's Request for Proposals, Addenda, 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.
2.0 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. The term of this Agreement shall be for sixty (60) months from the effective date
hereof
C. City reserves the right to review the relationship at any time and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.0 CONTRACT DOCUMENTS AND EXHIBITS
City selected Services Provider to supply the services as outlined in the RFP; Addenda to
RFP; and the Proposal submitted by Services Provider, all as specified in Exhibit "A,"
incorporated herein by reference for all purposes. The intent of these documents is to formulate
an Agreement listing the responsibilities of both parties as outlined in the RFP and any Addenda
to RFP and as offered by Services Provider in its Proposal.
2
The services which are the subject matter of this Agreement are described in Exhibit "A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.0 ITEMS AWARDED AND SCOPE OF WORK
A. All items in "Attachment C —Cost Proposal Sheet" of Exhibit "A" are awarded to
Services Provider.
B. Services Provider shall satisfactorily provide all services described in Exhibit
"A," attached hereto, within the contract term specified in Section 2.0. Services Provider's
undertakings shall be limited to performing services for City and/or advising City concerning
those matters on which Services Provider has been specifically engaged. Services Provider shall
perform its services in accordance with this Agreement, in accordance with the appended
exhibits, in accordance with due care, and in accordance with prevailing industry standards for
comparable services.
5.0 COSTS
A. In consideration for the services to be performed by Services Provider, City
agrees to pay Services Provider the amounts set forth in "Attachment C — Cost Proposal" of
Exhibit"A."
B. The City shall be authorized to pay the Services Provider an amount not-to-
exceed One Hundred Thousand and No/100 Dollars ($100,000.00) per year and shall not
exceed a total of Five Hundred Thousand and No/100 Dollars ($500,000.00) for the term of
this Agreement.
6.0 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Services Provider;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.0 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,
3
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 27l.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's proposal, with the consent and agreement of the successful service
provider(s) and the City. Such agreement shall be conclusively inferred for the services provider
from lack of exception to this clause in the service provider's response. However, all parties
hereby expressly agree that the City is not an agent of, partner to, or representative of those
outside agencies or entities and that the City is not obligated or liable for any action or debts that
may arise out of such independently-negotiated "piggyback"procurements.
8.0 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may affect such termination by
giving Services Provider a written notice of termination at the end of its then current fiscal year.
9.0 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Services Provider will be made within thirty (30) days of the day on which City receives the
performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the
day on which the performance of services was complete, or within thirty (30) days of the day on
which City receives a correct invoice for the performance and/or deliverables or services,
whichever is later. Services Provider 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); however, this Policy does not
apply to payments made by City in the event:
A. There is a bona fide dispute between City and Services Provider, a contractor,
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Services Provider and a subcontractor or
between a subcontractor and its supplier about the goods delivered or the service
performed that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
4
10.0 GRATUITIES AND BRIBES
City may, by written notice to Services Provider, cancel this Agreement without liability
to Services Provider if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or
representatives to any City officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Services Provider may be subject to penalties stated
in Title 8 of the Texas Penal Code.
11.0 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Services Provider's charges.
12.0 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Services Provider cannot provide the goods as specified, City reserves the right and
option to obtain the products from another supplier or suppliers.
13.0 INSURANCE
Services Provider shall meet all insurance requirements set forth in the RFP and on the
City's website at:
https://www.roundrocktexas. og v/n-content/uploads/2014/12/corr insurance 07.20112.pdf
14.0 CITY'S REPRESENTATIVES
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Chad McDowell
General Services Director
212 Commerce Cove
Round Rock, Texas 78664
512-341-3191
cmcdowel l(ibroundrocktexas.gov
15.0 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
5
16.0 DEFAULT
If Services Provider abandons or defaults under this Agreement and is a cause of City
purchasing the specified goods elsewhere, Services Provider 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/proposals for the same type of work unless the
scope of work is significantly changed.
Services Provider 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
under this Agreement;
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.
17.0 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 Services
Provider.
B. In the event of any default by Services Provider, City has the right to terminate
this Agreement for cause,upon ten(10) days' written notice to Services Provider.
C. Services Provider has the right to terminate this Agreement only for cause, that
being in the event of a material and substantial breach by City, or by mutual agreement to
terminate evidenced in writing by and between the parties.
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 Services Provider,
Services Provider shall discontinue all services in connection with the 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 notice
of termination, Services Provider shall submit a statement showing in detail the goods and/or
services satisfactorily performed under this Agreement to the date of termination. City shall then
pay Services Provider that portion of the charges, if undisputed. The parties agree that Services
Provider is not entitled to compensation for services it would have performed under the
remaining term of the Agreement except as provided herein.
6
18.0 INDEMNIFICATION
Services Provider 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
Services Provider, or Services Provider's agents, employees or subcontractors, in the
performance of Services Provider'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
Services Provider (including, but not limited to the right to seek contribution) against any third
party who may be liable for an indemnified claim.
19.0 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES
A. Services Provider, its agents, employees and subcontractors shall use best efforts
to comply with all applicable federal and state laws, the Charter and Ordinances of the City of
Round Rock, as amended, and with all applicable rules and regulations promulgated by local,
state and national boards, bureaus and agencies.
B. In accordance with Chapter 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) and will not
boycott Israel during the term of the contract. The signatory executing this Agreement on behalf
of Services Provider verifies that Services Provider does not boycott Israel and will not boycott
Israel during the term of this Agreement.
C. In accordance with Chapter 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 a provision 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. The signatory
executing this Agreement on behalf of Services Provider verifies Services Provider 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.
D. In accordance with Chapter 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 a provision 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 Services Provider verifies Services Provider does not boycott energy companies, and it
will not boycott energy companies during the term of this Agreement.
7
20.0 ASSIGNMENT AND DELEGATION
The parties each 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.
21.0 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Services Provider:
Southwest Sealants, Inc.
16074 Central Commerce Drive
Suite A101
Pflugerville, Texas 78660
Notice to City:
City Manager Stephanie L. Sandre, 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 Services Provider.
22.0 APPLICABLE LAW, ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.0 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
8
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council.
24.0 DISPUTE RESOLUTION
City and Services Provider hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute.
25.0 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
26.0 MISCELLANEOUS PROVISIONS
Standard of Care. Services Provider 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. Services Provider understands and agrees that time is of the
essence and that any failure of Services Provider to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Services Provider shall be fully responsible for its delays or for failures to use best efforts in
accordance with the terms of this Agreement. Where damage is caused to City due to Services
Provider's failure to perform in these circumstances, City may pursue any remedy available
without waiver of any of City's additional legal rights or remedies.
Force Majeure. Neither City nor Services Provider shall be deemed in violation of this
Agreement if it is prevented from performing any of its obligations hereunder by reasons for
which it is not responsible as defined herein. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
9
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Round Rock, Texas Southwest Sealants, Inc.
By: N By:T
Printed Nam : Printed Name: TL aoLAye Ec.
Title: Title: VICE PREstoe#31
Date Signed: Date Signed: jT1y
Attest:
Meagan Spink , City Clirk
For City,Approved as to Form:
By: .
Stephanie L. Sandre, City Attorney
10
Exhibit "A"
ROUND ROCK TEXAS
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
REQUEST FOR PROPOSAL (RFP)
WATERPROOFING SERVICES
SOLICITATION NUMBER 23-036
JULY 2023
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78/ 745-56 /961-77
July 2023
WATERPROOFING SERVICES
PART
GENERAL REQUIREMENTS
1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after"the City" is seeking proposals
from qualified contractors to provide comprehensive waterproofing services for various municipal buildings
and structures. The scope of work includes removing existing sealants, preparing surfaces, installing backer
rod, sheet waterproofing, thermal insulation, fluid-applied rubberized asphalt waterproofing, sealants for
joints, fluid applied membrane/barrier, below-grade waterproofing, waterproofing at elevator pits, sheet
metal flashing and trim, and joint firestopping.
2. SOLICITATION PACKET: This solicitation packet is comprised of the following:
Description Index
Part I —General Requirements Page(s) 2-4
Part 11 — Definitions, Standard Terms and Conditions,
Page 5
and Insurance Requirements
Part III — Supplemental Terms and Conditions Page(s) 6-8
Part IV— Scope of Work Page(s) 9-11
Part V— Proposal Preparation Instructions and Evaluation Factors Page(s) 12-14
Attachment A— Reference Sheet Separate Attachment
Attachment B — Prevailing Wage Rate Separate Attachment
Attachment C— Cost Proposal Sheet Separate Attachment
3. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT DATE
Solicitation released July 14, 2023
Deadline for submission of questions July 26, 2023 @ 5:00 PM, CST
City responses to questions or addendums Approximately July 28, 2023 @ 5:00 PM,
CST
Deadline for submission of responses August 10, 2023 @ 3:00 PM, CST
All questions regarding the solicitation shall be submitted through Bonfire in writing by 5:00 PM, CST on the
due date noted above. A copy of all questions submitted and the City's response to the questions shall be
posted on the City's webpage in the form of an addendum at:
https://roundrocktexas.bonfirehub.com
The City reserves the right to modify these dates. Notice of date change will be posted to the City's website:
https://roundrocktexas.bonfirehub.com
4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
https://roundrocktexas.bonfirehub.com for any updates pertaining to the solicitation described herein.
Various updates may include addendums, cancellations, notifications, and any other pertinent information
necessary for the submission of a correct and accurate response. The City will not be held responsible for
any further communication beyond updating the website.
Pagc 2 of 14
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78/ 745-56 /961-77
July 2023
5. RESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PM, on the due
date noted in PART I, Section 3— Schedule of Events. The Offeror shall respond via the City's electronic
bidding platform, Bonfire: https://roundrocktexas.bonfirehub.com
A. This request for proposal (RFP)does not commit the City to contract for any supply or service.
B. No paper or submittals outside of Bonfire will be accepted by the City.
C. Responses cannot be altered or amended after digital opening.
D. No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
E. The City will not be bound by any oral statement or offer made contrary to the written specifications.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property
of the City.
G. Late responses will not be considered.
6. 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:
https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm
7. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of an offer, the
City of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Offeror to the City
Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the offers prior
to the time an award decision has been confirmed. Communication between an Offeror and the City 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 offer. Ex parte communication may be grounds for
disqualifying the offending Offeror from consideration of award in evaluation or any future bid.
8. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock ("City"), in
consultation with the City Attorney, shall have the authority to settle or resolve any dispute concerning the
solicitation or award of a contract. The Purchasing Manager may solicit written responses to the protest
from other interested parties. The aggrieved person must prepare his or her complaint in writing and send it
by electronic mail to the City's Purchasing Department at protest(a)_roundrocktexas.gov.
In the event of a timely protest, the City shall not proceed further with the solicitation or award of a contract
unless it is determined that the award must take place without delay, to protect the best interests of the City.
The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to
comply with any of these requirements, the Purchasing Office may dismiss your complaint or protest.
A. Prior to Offer Due Date: If you are a prospective offeror for the award of a contract ("Offeror")and you
become aware of the facts regarding what you believe is a deficiency in the solicitation process before
the due date for receipt of offers in response to a solicitation ("Offers"), you must notify the City in
writing of the alleged deficiency before that date, giving the City an opportunity to resolve the situation
prior to the Offer due date.
B. After Offer Due Date: If you submit an Offer to the City and you believe that there has been a
deficiency in the solicitation process or the award, you have the opportunity to protest the solicitation
process, or the recommended award as follows:
i. You must file a written notice of your intent to protest within four (4)working days of the date that
you know or should have known of the facts relating to the protest. If you do not file a written notice
of intent within this time, you have waived all rights to protest the solicitation process or the award.
ii. You must file your formal written protest within ten (10) working days of the date that you know or
should have known of the facts relating to the protest unless you know of the facts before the Offer
has been closed. If you know of the facts before those dates, you must notify the City as stated in
section (A) above.
Page 3 of 14
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78/745-56/961-77
July 2023
iii. You must submit your protest in writing and must include the following information:
a. your name, address, telephone number, and email address.
b. the solicitation number.
c. a specific identification of the statutory or regulatory provision that you are alleging has been
violated.
d. a detailed statement of the factual grounds for your protest, including copies of any relevant
documents.
e. a statement of any issues of law or fact that you contend must be resolved; and
f. a statement of the argument and authority that you offer in support of your protest.
iv. Your protest must be concise and presented logically and factually to help with the City's review.
C. Receipt of Timely Protest: When the City receives a timely and complete written protest, the
Purchasing Manager, with assistance from the City Attorney, shall make one of the following
determinations:
i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and
inform you and other interested parties of the determination. The City will prepare updated
solicitation documents and will re-solicit.
ii. Determine that no violation of rules or statutes has occurred and inform you and other interested
parties of the decision by letter. The reasons for the determination will be presented in the letter.
iii. Determine that a violation of rules and statutes has occurred after the award of the contract and
inform you and other interested parties of the determination. However, the awarded contract will not
be canceled.As needed, corrective actions may be taken with purchasing or any other pertinent
City staff.
iv. A determination will usually be made within fifteen (15) business days after receipt of the formal
protest.
v. Any written decisions by the Purchasing Manager shall be the final administrative action for
the City.
All documentation pertaining to a protest will be kept on file at the City and are subject to open records
requests.
Page 4 of 14
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78/745-56 /961-77
July 2023
PART it
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. These can be obtained from the City's website at:
https://www.rouridrocktexas.gov/city-departments/purchasing/. In addition, the Supplemental Terms and
Conditions listed in Section III, shall also be enforced as part of the contract.
2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard
Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and
downloaded from the City's website at: https://www.roundrocktexas.gov/city-departments/purchasing/
Page 5 of 14
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78 /745-56/961-77
July 2023
PART III
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. 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 waterproofing
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.
E. Must have a presence within 60 miles of The City.
3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform
required services.
4. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker employed on a
public work project by a city must be paid: (1) not less than the general prevailing wage rate of per diem
wages for work of a similar character in the locality in which the work is performed; and (2) not less than the
general prevailing rate of per diem wages for legal holiday and overtime work. In accordance with Chapter
2258.022, the City adopted through Resolution No. R-2016-3760 the wage rates set forth by the Texas
Workforce Commission for the Austin-Round Rock Area as the general prevailing wage rate for the City's
public works contracts. A contractor or subcontractor who is awarded a contract by the City shall pay not
less than the rates set forth in Attachment B and comply with all applicable sections of Chapter 2258.
Attachment B — Prevailing Rates are posted in Solicitation Documents for RFP 23-036 Waterproofing
Services on the City of Round Rock Bonfire website at:
https://roundrocktexas.bonfirehub.com
5. SAFETY: The City reserves the right to remove any employee from City property for violation of federal,
state, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent
shall:
A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State
and City safety and occupational health standards and other applicable federal, state, and local health,
safety, and environmental laws ordinances, rules, and regulations in the performance of these services.
B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause
injury or damage to any persons or property within and around the work site. In case of conflict, the
most stringent safety requirement shall govern.
Page 6 of 14
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78/745-56/961-77
July 2023
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 Contractor's obligations under
this paragraph.
6. WORKFORCE: Successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner.
B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly
identifies them as the Respondent's employee.
C. Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United
States.
7. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and
maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits,
insurance, bonds, and risk management. No separate line-item charges shall be permitted for either
response or invoice purposes.
Prices for materials will be on a cost-plus basis. Failure to provide the contracted cost-plus percentage (%)
on an invoice may result in payment at cost.
8. PRICE INCREASE: Contract prices for waterproofing services shall remain firm throughout the initial twelve
(12) month term of the contract. A price increase to the agreement may be considered on the anniversary
date of the Contract each year and shall be equal to the consumer price index for that year, but at no time
can the increase be greater than 10% 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 CPI issues will be the price adjustment rate. No retroactive
contract price adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of
Labor Statistics, Consumer Price Index website: http://www.bls.gov/cpi
B. Procedure to Request Increase:
i. Email the written price increase request to purchasing(cDroundrocktexas.gov with the rate detail
comparison, a 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.
ii. Upon receipt of the request, the City reserves the right to either accept the escalation and make
change to the purchase order within 30 days of the request or negotiate with the Vendor or cancel
the agreement or purchase order if an agreement cannot be reached on the value of the increase.
9. ACCEPTANCE/INSPECTION: Acceptance/Inspection should not take more than five (5)working days.
The Contractor 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 Contractor
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.
10. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance
anytime during the contract term.
11. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum purchase is made or implied. The City will only order the services/goods needed to
satisfy requirements within budgetary constraints, which may be more or less than indicated.
Pagc 7 of 14
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78/745-56/961-77
July 2023
12. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award,
split award, primary and secondary award, non-award, or use any combination that best serves the interest
and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff
recommendation of award has been made. The award announcement will be posted to the City's website
at https://roundrocktexas.bonfirehub.com once City Council has approved the recommendation of award
and the agreement has been executed.
13. POINT OF CONTACT/ DESIGNATED REPRESENTATIVE:
A. Contractor's point of contact: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified point of contact upon award
of the contract to include contact information. The City's designated representative shall be notified by
the Respondent immediately should the point of contact change.
B. The City's designated representative: The City's designated representative shall be:
Eric Dady
Manager - Facility Maintenance
General Services
512-688-0350
E-mail: edady(aDroundrocktexas.gov
C. Do not contact the individual listed above with questions or comments during the course of the
solicitation.
Page 8 of 14
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78/745-56/961-77
July 2023
PART IV
SCOPE OF WORK
1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after"the City" is seeking proposals
from qualified contractors to provide comprehensive waterproofing services for various municipal buildings
and structures. The scope of work includes removing existing sealants, preparing surfaces, installing backer
rod, sheet waterproofing, thermal insulation, fluid-applied rubberized asphalt waterproofing, sealants for
joints, fluid applied membrane/barrier, below-grade waterproofing, waterproofing at elevator pits, sheet
metal flashing and trim, and joint firestopping.
2. MATERIAL SPECIFICATIONS: The specific material specifications may vary depending on the project
requirements, building codes, and industry standards. It is essential to consult with the project team and
follow the applicable guidelines during material selection for waterproofing services.
A. Sealants:The sealants used shall be specifically designed for waterproofing applications. They must
provide excellent adhesion to various substrates and exhibit long-term durability. The sealants should
be compatible with the surrounding materials and capable of accommodating joint movement.
B. Backer Rod: Backer rods shall be of appropriate size and type to ensure proper joint support and
sealant application. They must be made of resilient and non-absorbent material to prevent water
infiltration.
C. Sheet Waterproofing: Sheet waterproofing materials shall comply with industry standards for effective
moisture barrier properties. The materials should have sufficient flexibility to accommodate building
movement without compromising waterproofing integrity. They must exhibit high tensile strength and
resistance to tearing, puncturing, and UV degradation.
D. Thermal Insulation: Thermal insulation materials used for waterproofing applications shall meet
specified thermal conductivity and R-value requirements. The insulation should be suitable for the
intended environmental conditions and provide effective energy conservation.
E. Fluid-Applied Rubberized Asphalt Waterproofing: Fluid-applied rubberized asphalt waterproofing
materials shall have excellent waterproofing properties, including resistance to water penetration and
adhesion to various substrates. They must possess elastomeric characteristics to accommodate
substrate movement without cracking or delamination. The materials should be compatible with other
waterproofing components and demonstrate long-term durability.
F. Fluid Applied Membrane/Barrier: Fluid applied membrane/barrier materials shall provide a continuous
and seamless waterproofing layer. They should be compatible with the substrate and exhibit excellent
adhesion, flexibility, and resistance to water ingress. The membrane/barrier should be UV resistant and
capable of withstanding environmental exposure.
G. Below Grade Waterproofing: Below-grade waterproofing materials, such as peel and stick systems,
must be specifically designed for below-grade applications. They should provide a reliable moisture
barrier and be resistant to soil chemicals, hydrostatic pressure, and ground movement.
H. Sheet Metal Flashing and Trim: Sheet metal flashing and trim materials shall be corrosion-resistant and
capable of effectively diverting water away from critical areas. They should be installed with appropriate
fastening and sealing methods to ensure watertightness.
I. Joint Firestopping: Joint firestopping materials shall meet fire rating requirements and effectively seal
openings to prevent the spread of fire and smoke. They must be installed according to manufacturer
instructions and comply with relevant fire safety standards.
3. SERVICE REQUIREMENTS: The Contractor shall-
A. Identify and remove existing sealants as required, ensuring a clean and suitable surface for
waterproofing.
B. Thoroughly clean and ensure that joints and walls are free of debris, providing a clean substrate for
installation.
C. Prepare services according to specifications, including necessary treatments, priming, or leveling as
required.
D. Install backer rod as necessary to provide proper joint support and sealant application.
E. Install or repair sheet waterproofing materials, ensuring effective protection against water ingress.
Page 9 of 14
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78/745-56/961-77
July 2023
F. Install thermal insulation as specified, ensuring energy efficiency and moisture control as required.
G. Install or repair fluid-applied rubberized asphalt waterproofing, providing a durable and watertight
barrier.
H. Install sealants for vertical and horizontal joints as required, ensuring proper adhesion and long-lasting
protection against water penetration.
I. Install fluid applied membrane/barrier as specified, creating a continuous waterproofing layer as
required.
J. Install below-grade waterproofing, utilizing appropriate methods such as peel and stick systems, to
effectively prevent water intrusion in below-ground structures.
K. Install or repair waterproofing at elevator pits, providing reliable protection against water damage in
these areas.
L. Install sheet metal flashing and trim as required, ensuring proper drainage and moisture management
at critical areas.
M. Install joint firestopping materials as required, providing fire protection, and maintaining the integrity of
fire-rated assemblies.
4. WARRANTY: The Contractor shall provide a one (1)year warranty on all workmanship and parts including
but not limited to manufacturer's warranty, workmanship defects, and installation. All warranty work shall be
completed within five (5)working days from notice of defects.
5. POINT OF CONTACT: The Contractor shall provide a primary and secondary point of contact (POC).
The primary point of contact should be the contractor's main representative for all project-related
communication, coordination, and information exchange with the City of Round Rock. They will be
responsible for addressing inquiries, coordinating site access, submitting documentation, providing updates,
and handling any issues or concerns that may arise during the project.
The secondary point of contact should be designated as a backup or alternative contact person. They will
assist the primary point of contact and step in when necessary, ensuring continuous communication and
support between the contractor and the City.
The City of Round Rock will direct project-related communication, requests, and information to the primary
point of contact provided by the contractor. It is essential for both the primary and secondary points of
contact to be readily available and responsive to ensure effective collaboration and smooth project
execution.
6. CONTRACTOR RESPONSIBILITIES: The contractor's responsibilities may vary depending on the
specific project requirements and contractual agreements. The below list provides a general
overview of the expected responsibilities for a waterproofing contractor. Contractor Shall -
A. Effectively coordinate and manage all aspects of the waterproofing project, including scheduling,
logistics, and communication with the City and other stakeholders.
B. Ensure efficient workflow and timely completion of tasks as per the project schedule.
C. Strictly adhere to the provided specifications, drawings, and any applicable building codes or
regulations.
D. Supply all necessary equipment, tools, and machinery required to perform the waterproofing work
efficiently and effectively.
E. Carry out the installations and repairs with attention to detail and workmanship, ensuring effective
waterproofing and longevity of the systems.
F. Conduct inspections, testing, and documentation as necessary to verify the integrity and performance
of the waterproofing systems.
G. Ensure that the worksite is clean, free from debris, and any temporary structures or equipment used
during the project are properly removed and disposed of.
H. Promptly address any concerns, issues, or change requests and provide regular progress updates to
the City throughout the project duration.
7. CITY RESPONSIBILITIES: The City shall -
Page 10 of 14
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78/745-56/961-77
July 2023
A. Provide oversight and supervision of the waterproofing project to ensure compliance with project
requirements, building codes, and regulations.
B. Assign designated personnel to liaise with the contractor and coordinate project-related activities.
C. Provide the necessary access to the project site, including permissions, permits, and security
clearances as required.
D. Provide timely feedback and clarification on any queries or revisions requested by the contractor.
E. Communicate any changes or updates to the project scope or requirements in a timely manner.
F. Provide electrical outlets or access to power sources required by the contractor to complete the
waterproofing work.
G. Conduct inspections and quality assurance checks to ensure that the waterproofing work meets the
required standards and specifications.
H. Provide feedback, identify deficiencies, and work with the contractor to rectify any non-compliant work.
Page 11 of 14
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78/745-56 /961-77
July 2023
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 closing date unless a longer acceptance period is offered in the
proposal.
2. PROPOSAL RESPONSE: Responses shall be clear and concise while appropriately responding to the
evaluation criteria listed below in Section 3. 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:
https://roundrocktxvendors.munisselfservice.com/Vendors/default.aspx
Proposal Submittal Instructions: The Respondent shall include all of the following documents in their
response-
F-1 Company Information-which gives in brief, concise terms, a summation of the proposal. Include the
following-
Business Organization: State full name and address of your organization and identify parent company if
you are a subsidiary. 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.
Prosect 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. If use of subcontractors is proposed, identify their placement in the primary management
structure, and provide internal management description for each subcontractor.
Authorized Neqotiator: 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.
❑ Attachment A- Reference Sheet
❑ Attachment C- Cost Proposal Sheet
❑ Acknowledged Addenda (if applicable)
❑ Segment requirements listed below.
❑ A list of all litigation the company or its principals have been involved in within the last three (3) years.
❑ A statement of your compliance with all applicable rules and regulations of Federal, State and Local
governing entities.
❑ List of Exceptions (if any)- 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.
3. EVALUATION CRITERIA:
A. Segment 1 —System Concept and Solution: Define in detail your understanding of the requirement
presented in the Scope of Work of this request for proposal and your system solution. Describe your
preferred methodology for executing a waterproofing project, outlining the steps involved in installation,
repair, or replacement. Explain how you ensure quality control and adherence to industry standards.
Specify the types of waterproofing materials and products you recommend for common waterproofing
projects. Detail their quality, durability, energy efficiency, and compliance with relevant standards or
certifications. Specifically include a portfolio of completed projects that are relevant to the provided
scope of work.
B. Segment 2 — Company Work Experience and Personnel
i. Prior Experience: State the number of years the Respondent company has been providing the
services requested in the solicitation. Describe only relevant municipal, governmental, corporate, and
individual experience for the company and personnel who will be actively engaged in the project. Do
not include corporate experience unless personnel assigned to this project actively participated. Do
not include experience prior to 2014. Supply the project title, year, and reference name, title, present
address, and phone number of principal persons for whom prior projects were accomplished.
Pagc 12 of 14
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78/745-56/961-77
July 2023
ii. 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.
iii. Contractors' past performance with the City may be evaluated.
C. Segment 3—Cost Proposal: Include any additional service or personnel not listed on Attachment C-
Cost Proposal Sheet and the rates associated.
4. EVALUATION SCORING: The intent of the City is to award to one Respondent in accordance with the
evaluation criteria below. The purpose of this evaluation criteria is to determine which proposal best meets
the requirements and provides the best overall value to the City.
A. Evaluation Criteria: Weights:
• System Concept and Solution (Segment 1) 30 pts
• Company Work Experience and Personnel (Segment 2) 30 pts
• Cost Proposal (Segment 3) 40 pts
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 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.
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.
5. AGREEMENT NEGOTIATIONS AND AWARD PROCESS:
A. 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. If negotiations are
unsuccessful, the City may formally end negotiations with that Respondent.
Page 13 of 14
City of Round Rock Exhibit "A"
Waterproofing Services
IFB 23-036
Commodity Code: 910-78/745-56/961-77
July 2023
D. 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 informalities in the submittal received.
E. An independent signed authorized Contract will be sent to the successful Respondent(s). Execution of a
City of Round Rock contract is required prior to starting work and processing any payments to the
Contractor.
6. POST AWARD MEETING: The City and the Respondent may schedule a post award meeting to discuss, but
not be limited to the following:
A. The method to provide a smooth and orderly transition of services performed from the current Contractor.
B. Provide City contact(s) information for implementation of the Agreement.
C. Identify specific milestones, goals, and strategies to meet objectives.
Page 14 of 14
Exhibit "A"
ATTACHMENT A
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: RFP 23-036
RESPONDENT'S NAME: Southwest Sealants DATE: 08/15/2023
Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal,
Government agencies or firms of comparable size that have utilized services that are similar in type and
capacity within the last two (2) years. City of Round Rock references are not applicable. References may
be checked prior to award. If references cannot be confirmed or if any negative responses are received it
may result in the disqualification of submittal.
1. Company's Name Rogers-O'Brien Construction
Name of Contact Lacey Williamson
Title of Contact Project Manager
E-Mail Address LWilliamson@r-o.com
Present Address 3901 S. Lamar Blvd., Ste. 200
City, State, Zip Code Austin, TX 78704
Telephone Number ( 514 486-3800 Fax Number: ( 512)486-3701
2. Company's Name OHT Partners
Name of Contact David Hilton
Title of Contact Project Manager
E-Mail Address david@ohtpartners.com
Present Address 901 S. Mopac Expressway, BOP 111, Ste. 220
City, State, Zip Code Austin, TX 78746
Telephone Number ( 51� 940-6846 Fax Number: ( )
3. Company's Name White Construction
Name of Contact Zane Cannady
Title of Contact Project Manager
E-Mail Address zanec@whiteconst.com
Present Address 2705 Bee Cave Road, Ste. 250
City, State, Zip Code Austin, TX 78746
Telephone Number ( 512 )318-6399 Fax Number: ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Attachment C- Cost Proposal
Waterproofing Services
RFP 23-036
The Respondent represents that they are submitting a binding offer and are authorized to bind the respondent company to fully comply with the solicitation
documents contained in RFP 23-036 Waterproofing Services. The Respondent acknowledges that they have received and read the entire solicitation
packet, attachments, and all documents incorporated by reference, and agrees to be bound by the terms therein.
The total contract value for all Contractors shall not exceed $100,000 per fiscal year for the term of the contract.
No. Description Estimated Unit Unit Cost Extended Total
Quantity
Section I: Labor
1 Foreman 100 Hour $43.00 $4,300.00
2 Water roofer 150 Hour $40.00 $6,000.00
3 lCaulker 250 Hour $38.00 $9,500.00
4 Laborer 250 Hour $21.00 $5,250.00
Total: $25,050.00
Section II: Material and Equipment Cost-This information will not be evaluated but will become part of the resulting contract.
1 Percent Mark-up 0-100 35%
1of1