R-2015-3093 - 12/17/2015 RESOLUTION NO. R-2015-3093
WHEREAS, the City of Round Rock has duly advertised for bids to purchase pavement
marking and curb painting services and related goods; and
WHEREAS, DIJ Construction, Inc. has submitted the lowest responsible bid; and
WHEREAS, the City Council wishes to accept the bid of DIJ Construction, Inc., Now
Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase of Pavement Marking and Curb Painting Services With DIJ Construction,
Inc., a copy of said Agreement being attached hereto as Exhibit"A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 17th day of December, 2015.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:al�n� /
VV - i
v"
SARA L. WHITE, City Clerk
0112.1504;00347792
EXHIBIT
"A„
CITY OF ROUND ROCK
AGREEMENT FOR PURCHASE OF
PAVEMENT MARKING AND CURB PAINTING SERVICES
WITH
DIJ CONSTRUCTION,INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS Agreement for purchase of pavement marking and curb painting services
and for related goods and services, (referred to herein as the"Agreement"), is made and entered
into on this the day of the month of , 2015, by and between the CITY
OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East
Main Street, Round Rock, Texas 78664 (referred to herein as the "City") and DIJ
CONSTRUCTION, INC., whose offices are located at P.O. Box 1609, 2332 CR 252, Bertram,
Texas 78605 (referred to herein as the"Services Provider").
RECITALS:
WHEREAS, City desires to purchase pavement marking and curb painting services and
related goods,and City desires to procure same from Services Provider;and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and
services,and City has selected the Bid submitted by the Services Provider; 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, sufficiency and receipt of which are hereby acknowledged, it is mutually
agreed between the parties as follows:
1.01 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 Invitation for Bid designated
Solicitation Number 15-035 dated August 2015; (b) Services Provider's Response to the IFB; (c)
contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies
00345971/ss2
or conflicts in the contract documents shall be resolved by giving preference in the following
order:
(1) This Agreement;
(2) Services Provider's Response to IFB;
(3) City's Invitation for Bids,exhibits, and attachments.
B. City means the City of Round Rock,Williamson and Travis Counties,Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
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 is for sixty (60) months from the effective date
hereof.
C. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Services Provider to supply the services as outlined in the IFB and
Response to IFB submitted by Services Provider, all as specified in Exhibit "A." The intent of
these documents is to formulate an Agreement listing the responsibilities of both parties as
outlined in the IFB and as offered by Services Provider in its Response to the IFB.
The services which are the subject 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
2
Agreement as if repeated herein in full.
4.01 ITEMS AWARDED; SCOPE OF WORK
Items Awarded. All bid items on Exhibit"A"are awarded to Services Provider.
Scope of Work. For purposes of this Agreement, City has issued documents delineating
the required services (specifically Invitation for Bid Solicitation Number 15-035 dated August
2015). Services Provider has issued its response agreeing to provide all such required service in
all specified particulars. All such referenced documents are included in Exhibit "A" attached
hereto and made a part hereof for all purposes. When taken together with the appended exhibits,
this Agreement shall evidence the entire understanding and agreement between the parties and
shall supersede any prior proposals, correspondence or discussions.
Services Provider shall satisfactorily provide all services described under the attached
exhibits within the contract term specified in Section 2.01. Services Provider's undertakings
shall be limited to performing services for the 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.
5.01 COSTS
Bid costs listed on pages eleven (11) and twelve (12) of Exhibit"A" shall be the basis of
any charges collected by the Services Provider, and shall not exceed One Hundred Eighty-
Three Thousand Dollars and No/100 ($183,000.00) per year for the term of the Agreement.
6.01 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.
7.01 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,
3
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 271.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and
the City. 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 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.
8.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Services Provider a written notice of termination at the end of its then current fiscal year.
9.01 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, a
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
10.01 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.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Services Provider's charges.
12.01 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 or services from another supplier or suppliers.
13.01 INSURANCE
Services Provider shall meet all requirements as stated in the attached 1F13, including all
attachments and exhibits thereto,and Services Provider's bid response.
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Gary Hudder
Transportation Director
2008 Enterprise Drive
Round Rock,Texas 78664
512-218-5560
15.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made,then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
5
16.01 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 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.
17.01 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 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
18.01 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.
19.01 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. Services Provider 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 of the Texas Commission on Environmental Quality (TCEQ) and the Texas
Pollutant Discharge Elimination System (TPDES). The Services Provider 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. The Services Provider agrees to comply with of
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, the
Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load
(TMDL)Requirements and/or I-Plan requirements.
20.01 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.
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
7
I. 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:
DIJ Construction, Inc.
P.O.Box 1609
2332 CR 252
Bertram, TX 78605
Notice to City:
City Manager Stephan 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 Services Provider.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terns or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas.This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Provider 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.
24.01 DISPUTE RESOLUTION
City and Services Provider hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute.
8
25.01 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
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.
26.01 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.
[Signatures on the following page.]
9
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Round Rock,Texas DIJ Construction,Inc.
By: By:
Printed Name: Printed Name: "7"e, f
Title: Title: NIice, CPQ•
Date Signed: Date Signed: it-
Attest:
t-Attest:
By:
Sara White, City Clerk
For City,Approved as to Form:
By:
Stephan L. Sheets, City Attorney
10
i
. E
E
E
ROUND ROCK TEXAS
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.ro a n d ro c ktexa s.g ov
INVITATION FOR BID (IFB)
PAVEMENT MARKING, CURB PAINTING
SERVICES AND RELATED PRODUCTS
SOLICITATION NUMBER 15-035
August 2015
i
i
Exhibit "A"
i
E
i
i
City of Round Rock
Pavement Marking,Curb Painting Services and Related Products
Class/item:550/36,630/66,968161
August 2015
CITY OF ROUND ROCK
INVITATION FOR BID
PAVEMENT MARKING,CURB PAINTING SERVICES AND RELATED PRODUCTS
PART
GENERAL
1. PURPOSE:_ The purpose and intent of this Invitation for Bid (IFB) is to establish a multiple year
agreement between'the City of Round Rock,herein after"the City'and a qualified Individual,Firm or
Corporation, hereafter referred to as"Respondent", to provide application and removal of reflective
thermoplastic and paint pavementmarkings and curb painting services throughout the City,and to
supply related products,in accordance with the specifications,terms and conditions stated herein.
2. ATTACHMENTS: Attachment A through C,are herein made part of this invitation for bid:
2.1 Attachment A: Bid Form
2.2 Attachment B: Respondent's Reference Sheet
2.3 Attachment C: Addendum Acknowledgment Form
3. CLARIFICATION: For questions or clarification of specifications, you may contact:
Deborah Knutson,CPPB
Purchaser
Purchasing Division
City of Round Rock
Phone: 512-218-5456
E-mail: dknutsonP_roundrocktexas:gov j
The individual listed above maybe contacted by e-mail for clarification of the specifications only. No
authority is intended or implied that specifications maybe amended or alterations accepted prior to
solicitation opening without written approval of the City of Round Rock through the Purchasing
Department.
4. 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: l
4.1. Be firms, corporations, individuals or partnerships normally engaged in providing the I
application and removal of reflective thermoplastic and paint pavement markings as specified
herein and have adequate organization; facilities, equipment, financial capability, and
personnel to ensure prompt and efficient service to the City;
42. Provide all labor, supplies and'materials required to satisfactorily perform the services as
specified herein and own or acquire at no cost to the Cityall construction aids,appliances,and '
equipment Respondent deems necessary and maintain sole responsibility for the maintenance'
and repair of Respondent's vehicles,equipment,tools and all associated costs. The City shall
not be responsible•for any Respondent's tools;.equipment or materials lost or damaged during
the performance of the services specified herein;
4.3. 66.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 procurement process.
f
i
Page 2 of 14
Exhibit "A" 1
i
i
I
r�
i
City of Round Rock
Pavement Marking,Curb Painting Services and Related Products
Class/Item:550/36,630166,968/61
August 2015
5. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to
perform required services without prior approval-of the City's designated representative prior to
commencement of work. All subcontractor services shall be performed in strict accordance with the
specifications described herein. The City reserves the right to approve or disapprove the use of any
subcontractor.
6. PRICING: The Respondent shall determine and submit a fixed cost for the goods and services 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.
7. PRICE INCREASE: Contract prices for the application and removal of reflective thermoplastic and
paint pavement markings shall remain firm throughout the initial thirty six (36) month term of the
contract. A price increase to the agreement may be considered at renewal time each year and shall
be equal to the consumer price index for that year, but at no time can the increase be greater than
25%of the contract price.
7.1. 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.bis.gov/cpi/.
7.2. Procedure to Request Increase:
7.2.1. Mail the written price increase request with the rate detail comparison and
comprehensive calculation to the designated City Contract Specialist a minimum of 45
days prior to each renewal period. The detailed written calculation will be verified and
confirmed. All written requests for increases must include the City of Round Rock
contract number, solicitation reference information and contact information for the
authorized representative requesting the increase. Price increase requests shall be
sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock,TX 79664-5299
7.2.2. Upon receipt of the request, the City reserves the right to either,accept the escalation
and make change to the purchase order within 30 days of the request, negotiate with
the Vendor or cancel the agreement or purchase order if an agreement cannot be
reached on the value of the increase. l
8. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the
following:
8.1 The term of the initial Agreement shall begin from date of award and shall remain in full force
for thirty six(36)months.
8.2 The agreement may be renewed for two(2)additional twelve(12)month,provided both parties
agree in writing prior to the expiration of the current term.
Page 3 of 14
Exhibit "A"
i
1
City of Round Rock
Pavement Marking,Curb Painting Services and Related Products
Class/Item:550/36,630/66, 968/61
August 2015
8.3 The City reserves the right to review the awarded respondents'performance anytime during
the contract term.
8.4 If the awarded respondent fails to perform its duties in a reasonable and competent manner,
the City shall give written notice to the respondent of the deficiencies and the respondent shall
have thirty (30) days to correct such deficiencies. If the respondent fails to correct the
deficiencies with the thirty (30) days, the City may terminate the agreement by giving the
respondent written notice of termination and the reason for the termination.
9. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than five(5) working
days. The awarded respondent will be notified within the time frame if the goods/services delivered
are not in full compliance with the specifications. In the event the goods/services are not performed
to the satisfaction of the City, the site shall be re-cleaned at no additional cost to the City or the
product order shall be corrected at no additional cost to the City. The City designated representative
shall determine if the entire site is to be re-cleaned,or portions thereof or if product orders are not in
compliance with specifications. If any agreement or purchase order is cancelled for non-acceptance,
the needed services may be purchased elsewhere and the vendor may be charged liquidated
damages.
PART 11
SPECIFICATIONS
1. SCOPE: The City seeks a qualified Respondent to provide all equipment, materials, resources,
workmanship and labor necessary for the application and removal of pavement marking and curb
painting services throughout the City, on an as needed basis in accordance with the specifications
herein. Respondent shall also provide pavement and curb marking materials and/or supplies,on an
as needed basis as specified herein and shall include delivery. Application of pavement markings
shall be machine applied or hand applied per the instruction of the City's designated representative.
2. WORKMANSHIP: Only the highest quality of work shall be performed and all materials furnished in
carrying out this Agreement shall be new and of character and quality as required by the project
specifications. Where no standard is specified,for such work or materials,they shall be the best of
their respective trade and be compliant with all applicable code requirements. The successful
Respondent shall:
2.1. At the conclusion of the project,demonstrate to the City's designated representative that all the
work is in compliance with contract specifications and codes. Any unsatisfactory work done or
materials furnished at whatever time they may be discovered shall be promptly and
permanently corrected at the sole expense of the successful Respondent prior to final
acceptance of work when notified to do so by the City's designated representative.
3. SCHEDULING: All work shall be scheduled at the convenience of the City as not to interfere with
the City's conduct of business. Man hours paid under this Agreement shall be only for productive
hours beginning and ending at the job site.
3.1. All work shall be completed within thirty(30)days from the scheduled start date.
4. PAVEMENT LOCATIONS: All streets/curbs shall be within the City limits of Round Rock. Successful
Respondent shall only perform work at specified locations and approved by the City's designated
representative through a written Notice to Proceed.
Page 4 of 14
Exhibit "A"
City of Round Rock
Pavement Marking,Curb Painting Services and Related Products
Class/Item:550/36,630/66, 968/61
August 2015
5. STANDARDS: All materials, equipment, preparation, application and removal methods shall be in
accordance with the latest revisions of the City of Round Rock's Design arfd Construction Standards
(DACS),Series 800—Urban Transportation and the latest revisions of the Texas Manual on Uniform
Traffic Control Devices(TXMUTCD).
5.1. City of Round Rock Transportation Department DACS available
at: http://www.roundracktexas.gov/departments/transportation/dacs
5.2. Texas Department of Transportation TXMUTCD is available
at: http://iww.txdot.goy/government/enforcemenYsignage.htm.
6. SERVICE RESPONSIBILITIES: Respondent shall provide the following:
6.1. Services shall include materials,equipment,construction methods,measurements,application
and removal of markings of the specified types, colors, shapes, sizes,widths, and thickness
shown on plans or as the City may require from time to time.
6.2. Coordination with the City to develop a project schedule that is mutually agreeable to both
parties.
6.3. A list of responsible representatives with names,titles,addresses and telephone numbers shall
be furnished to the City.
6.4. Staffing for each job with sufficient personnel for a safe and timely completion.
6.5. All equipment used by the Respondent to perform services requiring licensing and inspection
shall be licensed and inspected by the Texas Department of Transportation and shall comply
with all applicable State,Federal and OSHA regulations.
6.6. Traffic control during projects for the duration of each job consistent with the provisions set
forth in the"1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways"
or the latest revisions thereof, issued under the authority of the"State of Texas Uniform Act
Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent
sections being Section Nos.24,29, 30 and 31.
6.7. At all times keep the adjacent areas of the work site free from rubbish and the accumulation of
any waste materials. It is the successful Respondent's responsibility to properly dispose of all
rubbish and waste materials according to applicable federal, state, and local health, safety,
and environmental laws,ordinances,rules and regulation.
7. POINT OF CONTACT/DESIGNATED REPRESENTATIVE:
7.1. Respondent'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.
7.2. The City's designated representative: The City's designated representative shall be:
David Walther !I
Traffic System Superintendent I
Transportation Department
Phone: 512-218-5566
E-mail: davidw .roundrocktexas.gov
Page 5 of 14
Exhibit "A44
i
City of Round Rock
Pavement Marking,Curb Painting Services and Related Products
Class/Item:550/36,630/66, 968/61
August 2015 i
8. WORKFORCE: Successful Respondent shall:
8.1. Ensure Respondent's employees perform the services in a timely, professional and efficient I
r
manner;
8.2. Ensure Respondent's employees, while working on City property, wear a company uniform
that clearly identifies them as the Respondent's employee;
8.3. 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.
9. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of
any minimum or maximum purchase is made or implied. The City will only order the services/goods
needed to satisfy requirements within budgetary constraints, which may be more or less than:
indicated..
10. PERMITS: The Successful Respondent shall obtain all necessary permits, licenses, and/or
certificates and pay any fees or taxes required by federal,state and local laws, ordinances, rules or
regulations for the completion of the services as specified herein. City of Round Rock fees may be
waived.
11. DAMAGES The Successful Respondent shall be responsible for damage to the City's equipment
anWor property, the workplace and its contents by its work, negligence in work, its personnel and
equipment. Successful Respondent shall be responsible and liable for the safety, injury and health
of its working personnel while,its employees are performing service work.
12. PENALTIES: In the event of default by Successful Respondent or non-acceptance by City,the City
shale be entitled to damages, costs, losses and expenses, incurred by the City as a result of the
Respondent's default or City's non-acceptance.
PART III
SCHEDULE AND RESPONSE INSTRUCTIONS
1. SCHEDULE OF EVENTS: It is the City's intention to comply with.the following solicitation timeline:
EVENT DATE.
Solicitation released August29, 1205
Deadline for submission of questions September 8,2015 @ 5:00 PM,CST`
City responses to questions or addendums September 10,2015 @ 5:00 PM,"CST
Deadline for submission of responses I September 15,2016 @'3:00 PM, CST
All questions regarding the solicitation shallbe submitted inwriting 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 htto://www.roundrocktexas.gov/.bids.,
and the State of Texas Electronic State Business Daily(ESBD)at http:/Iesbd.cpa.state.tx.us/.
Questions shall be submitted to the City contact named herein. The City reserves the right to modify
these dates. Notice of date change will be posted to the City's website;and the State's ESBD.
i
i
i
Page 6of14.
Exhibit "A"
i
C
i
l
i
City of Round Rock !
Pavement Marking,Curb Painting Services and Related Products
Class/Item:550/36,630/66, 968/61
August 2015
2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website or j
the State's ESBD for any updates pertaining to the solicitation described herein. Various updates
may include>addendums, cancelations, notifications, and any other pertinent information necessary j
for the submission of a correct and accurate response. The City will not be held responsible for any i
further communication beyond updating the website.
3. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due
date noted in Part 111, Section 1. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Deborah Knutson,CPPB
'Purchasing Department
221 E.Main Street
.Round Rock,.Texas 78664-52.99
3.1 Sealed responsesshall be clearly marked on the outside of packaging with the Solicitation title,
number,due date and"DO NOT OPEN". !
3.2 Facsimile or electronically transmitted responses are not acceptable.
3.3 Responses cannot be altered or amended after opening. j
3
3.4 No response can be withdrawn after opening without written approval from the City for an
acceptable reason.
3.5 The City will not be bound by any oral statement or offer made contrary to the written
specifications.
3.6 Samples and/or copies shall be provided at the Respondent's expense, and shall become the
property of the City.
4. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all j
responses, or to accept any response deemed most advantageous, or to waive any irregularities or
informalities in the response received that best serves the interest and at the sole discretion of the i
City All solicitations received may be evaluated based on the best value for the City. in determining l
best value,the City may consider: j
4.1 Purchase price;
4.2 Reputation of Respondent and of'Respondent's goods and services;
4.3 Quality of the Respondent's goods and services;
4A The extent to which the goods and services meet the City's needs
4.6 Respondent's past performance with the City;
4.6 The total long-term cost to the City to acquire the Respondent's goods or services;
4.7 Any relevant criteria specifically listed in the solicitation.
Respondents maybe contacted for clarification of bid and/or to discuss details of the services they
are proposing.This may include a presentation and/or the request for additional material/information
to clarify.
5. AWARD; The City reserves the right to enter into On Agreement or a Purchase Order with a single
award, split"award, primary and secondary award, non-award, or use any combination that best
serves the interest and at the sole discretion of the City: Award announcement--will be made upon
City Council approval of staff recommendation and executed agreement. Award announcement will. I
appear on.the City's website at http://www.roundr6cktexas.Oovlbids. I
Page 7 of 14
I
Exhibit "A"
I
. i
City of Round Rock I�
Pavement Marking, Curb Painting Services and Related Products l
Class/Item:550/36,630/66, 968/61 j
August 2015
6. POST AWARD MEETING: The City and Successful Respondent(s)may have a post award meeting
to discuss,but not be limited to the following:
6.1 The method to provide a smooth and orderly transition of services performed from the current
Contractor,
6.2 Provide City contact(s)information for implementation of agreement;
6.3 Identify specific milestones,goals and strategies to meet objectives.
7. NON-APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues
only. It is understood and agreed the City shall have the right to terminate the Agreement at the end
of any City fiscal year if the governing body of the City does not appropriate funds sufficient to
purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in
question. The City may affect such termination by giving Vendor a written notice of termination at the
end of its then current fiscal year.
8. INTERLOCAL COOPERATIVE CONTRACTING (PIGGYBACK): Other governmental entities may
be extended the opportunity to purchase off of the City's agreements,with the consent and agreement
of the awarded Vendor(s)and the City. Such consent and agreement shall be conclusively inferred from
lack of exception to this clause in a Respondent's submittal. However, all parties indicate their
understanding and 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.
PART IV
RESPONSE REQUIREMENTS
The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every
requirement specified in the solicitation. This list is only a tool to assist participating Respondents in
compiling their final responses. Respondents are encouraged to carefully read the entire solicitation.
Respondents shall submit one(1)evident signed"Original"and one(1)copy of the response requirements
including any required attachments. The samples and/or copies shall be provided at the Respondent's
expense, and shall become the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents
are advised that the City will not pay for any administrative costs incurred in response preparation to this
IFB;all costs associated with responding to this IFB will be solely at the interested parties'expense. Not
responding to this IFB does not preclude participation in any future RFPIRFQ/IFB.
For your bid to be responsive, all required Items identified below shall be submitted with your
proposal.
Attachment A: Bid Form -Responses shall be submitted on itemized, signed Bid Sheet provided
herein. Failure to itemize or sign solicitation may result in disqualification. Submission of responses
on forms other that the City's Solicitation Document may result in disqualification of the response.
Attachment B: Respondent's Reference Sheet-Provide the name, address, telephone number
and E-MAIL of at least three(3) Municipal, Government agencies or firms of comparable size that
have utilized similar service within the last two (2) years. City of Round Rock references are not
applicable. References may be checked prior to award. Any negative responses received may result
in disqualification of submittal.
Attachment C: Addendum Acknowledgment Form - Provide signed copy of the Addendum
Acknowledgement Form or a signed copy of each issued addendum with bid upon submission.
I
Page 8 of 14
Exhibit "A"
i
City of Round Rock
Pavement Marking,Curb Painting Services and Related Products
Class/Item:550/36,630/66,968161
August 2015 j
i
Additional Information Requested:
Contract Information: Respondent shall provide information of any current established contract
with a local City,County, Municipality,Cooperative Agreement,Comptroller of Public Accounts
(CPA)Texas Smart Buy Contract,Texas Multiple Award Schedule(TXMAS), General Services
Administration(GSA), Inter-local Agreement,or any other contractual resource.
The following items shall be made available upon request by the City priorto award and the approval
of any contract:
Proof of insurance for General Liability, Worker's Compensation and standard automobile liability
coverage as set forth by the Insurance Requirements as identified on the City's website
at: http://www.roundrocktexas.govlbids.
A completed Department of the Treasury Internal Revenue Service Form W-9
PART V I
CONFIDENTIALITY OF CONTENT
1. CONFIDENTIALITY OF CONTENT: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 i
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.
1.1 Information in a submittal that is legally protected as a trade secret or otherwise confidential
must be clearly indicated with stamped,bold red letters stating"CONFIDENTIAL"on that
section of the document.The City will not be responsible for any public disclosure of
confidential information if it is not clearly marked as such.
1.2 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.
PART VI
GENERAL TERMS AND CONDITIONS I INSURANCE REQUIREMENTS
(ITEMS BELOW APPLY TO AND BECOME A PART OF THE CONTRACT)
1. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth by the
Insurance Requirements as identified on the City's website at:http://wvAv.roundrocktexas. ovcL /bids.
2. DEFINITIONS, TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's standard Definitions,Terms and Conditions, in effect at the time
of release of the solicitation, shall govern unless specifically provided otherwise in a separate
agreement or on the face of a purchase order. Said Definitions,Terms and Conditions are subject
to change without notice. It is the sole responsibility of respondents to stay apprised of changes.
The City's Definitions, Terms and Conditions can be obtained from the City's
website http://www-.roundrocktexas.gov/bids.
i
Page 9 of 14
1
Exhibit "A"
r
i
City of Round Rock j
Pavement Marking,Curb Painting Services and Related Products
Class/Item:550/36,630/66, 968161
August 2015 II
3. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt i
Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within
thirty days after the acceptance of the supplies, materials, equipment, or the day on which the
performance of services was completed or the day, on which the City receives a correct invoice for
the supplies, materials,equipment or services,whichever is later. The Vendor may charge a late fee
(fee shall not be greater than that which is permitted by Texas law) for payments not made in
accordance with this prompt payment policy; however, this policy does not apply to payments made
by the City in the event:
3.1 There is a bona fide dispute between the City and Vendor concerning the supplies, materials,
services or equipment delivered or the services performed that causes the payment to be late;
or
3.2 The terms of a federal agreement, grant, regulation, or statute prevent the City from making a
timely payment with Federal Funds;or
3.3 The is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor
and its suppliers concerning supplies, material, or equipment delivered or the services
performed which caused the payment to be late;or
3.4 The invoice is not mailed to the City in strict accordance with instructions, if any, on the
purchase order or agreement or other such contractual agreement.
I
1
t
t
i
I
Page 10 of 14
Exhibit "A"
i
City of Round Rock
Pavement Marking,Curb Painting Services and Related Products i
Class/Item:550/36,630166,968/61 i
August 2015
ATTACHMENT A: BID FORM
PURCHASING DEPARTMENT
221 E.Main Street•Round Rock,Texas 78664-5299
Solicitation Number. #15-035 Tax ID Number: -74-ZZG'l 1 ootp
z z
0 Solicitation Name: Pavement Marking, 011
1.., Business Name: b.T. ConsAfiaJiorl JnC.
Curb Painting Services
o and Related Products 9
0 Address: t3. 8oX l�.
Opening Date: September 15;2015 w Address:
z �i ��(
0. Contact: TGrry AIN
Opening•lime: On or Before 3:00 PM CST \
Opening Location: City of Round RockO Telephone: 512 3is 276
U City Hall P.
a 221 E.Main Street W E-mail: +er�,j6ons�u[�LW
c Round Rock,TX 78664 h {{
Website: �'� �PGOStCuflitjfl.COm
In orderto do business with the City of Round Rock you must be registered with the City's Vendor Database. To
register,go tb:.https://rodndrbck.mtinisselfservice.com/Vendors/default.aspx
E
Item Estimated Unit of ff
11 Description Quantity Measure Unit Pride Extended Price
TYPE 1 -Thermoplastic Reflectorized
1 Pavement Marking Application 325,000 LF
1
Machine Application r7 Opp
o
TYPE 1 -Thermoplastic Reflectorized
2 Pavement Marking Application 80,000 LF _
Hand Application I•�S 8 y DOD
TYPE 1 -Thermoplastic Reflectorized 1
3 Pavement Lettering 100 EA
Hand Application
TYPE 1 Thermoplastic Reflectorized
4 Pavement Shapes 400 EA
Mand Application. 460.QO. 1 z -�
TYPE 1 Thermoplastic Reflectorized
6 Pavement Symbols 400 EA
Hand Application 11 12,8.DO # S l 2,aC7
6 TYPE'2-Paint Pavement Marking 25,000 LF I
Machine Application , 2. '1a►]�jD I
7 TYPE 2-Paint Pavement Marking 5;000 LF
Fland Application D 0
TYPE'2—Paint Pavement Lettering
8 Hand Application 100 EA5.Dp �afl0 f
I
i
Page)I of 14
Exhibit "A"
I
i
i
l
1
City of Round Rock
Pavement Marking,Curb Painting Services and Related Products
Class/1tem:550/36,630/66,968/61
August2015
ATTACHMENT A. BID FORM-PAGE 2
Item Estimated Unit of
Description quantity Measure
Unit Price Extended Price
9 TYPE 2-Paint Pavement Shapes 400 EA —
Hand Application S.007 C00
10 TYPE 2-Paint Pavement Symbols 400 EA _
Hand Application
11 Marking Elimination 30,000 LF
SID
12 Raised Pavement Markers 1,000 EA :Qq.IS df 4
Curb Painting
13 .(Lettering includes Fire Lanes,No 5,000 LF
parking, etc.)
U-- 14 Bulk Thermoplastic Reflectorized 20 TON
�- Yellow
r
- 15 Bulk Thermoplastic Reflectorized 20 TON
White #'12-50 4t 25 s
By the signature hereonaffixed,the Respondent hereby certifies that neither the respondent nor the entity represented by the respondent,or
anyone acting for such entity,has violated the antitrust laws of this State,codified in Section 15.01 et seq.,Texas Business and Commerce Code, i
or the Federal antitrust laws,nor communicated directly or indirecUy,the response made to any competitor or any other person engaged in such
line of business. Further,by signing and submitting this response the Respondent acknowiedges:
N
Z That they have read and fully understand the solicitation and accept all terms and conditions set forth herein.
W The respondent is:notcurrently delinquent in the payment of any debt owed to the City.
WSealed response envelope:shall.be clearly marked with solicitation name,solicitation number and name of responding entity.
R The agreement,orpurchasaprder resulting from this solicitation may qualify for Inter local or Cooperative Contracting(Piggybacking)per the terms
Y q, �' P 9 t 99Y.. . .9)p '
outlined in Part III:Section e.of Ihissolicitalfon. ifapplicable;do you agree to piggyback"purchasing from other govemmentai agencies?
z0z dyes No Response shall'Include one(1)'stgned original and One(1)copy of rosponse..
U ,
PJ, 9_/S -Is
Printed Name Aulhonzd—slliiiure Date
Failure to sign response will`disqualify response.
i�
i �� t 4
1:-eM 5 �l tf '� I:5 art✓ g Cta-1V"d t,cs P doT Spe cC, m a-4-e-ja
Page 12 of 14
Exhibit "A" fi
i
I
i
City of Round Rock
Pavement Marking,Curb Painting Services and Related Products I
Class/Item:550/36,630/66,968/61
August 2015 i
ATTACHMENT B:
RESPONDENT'S REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: J.5 -03's
RESPONDENT'S NAME: D.T.T Ync. DATE: 9VS /S
Provide the name,address;telephone number and e-mail of at least three(3)Municipal and/or Government
agencies or firms of comparable size that have utilized similar service within the last two(2)years. City of
Round Rock references are not applicable. References may be checked prior to award. Any negative
responses received may result in disqualification of submittal.
'i. Company's Name C 4 O�`` G r 2'�ot.Dn
Name of Contact 8111.1 R06I r15'0t )
Title of Contact j rQ
E-Mail Address
bill, ro}�in5on �o �ot�Oh ar•
Present Address DO - / n�uS t'ici
City,State,Zip Code >eoc,
��,'�ot0n a Texas 754,7_6
Telephone Number (61z) g So S1.S I Fax Number:(51Z) 930 -545 1
2. Company's.Name
Name of Contactor o2c�S
Title of Contact 53 5 `JU
E-Mail Address
Present Address
City,State,Zip Code deb � � j X r78GZ.
Telephone Number (5i2) 30 33 3.D Fax Number:.(5)2)
3. Company's Name �/` of LakeWo_ Te.x S
Name of Contact
t�J� z. Delon
Title of Contact `
�i�b1.iG 1r�10 L ,e-
E-Mail Address dale1e,�o�a lakt;v,xxca --1 X.�ioy
Present Address-
City,State,21p.Code
ddress City,State,Zip.Code LQ ewo-u TC W734S1S9
� 3
Telephone Number (si2) (oa$ -gcrgp Fax.Nu.mber:(5!2)6b$<q?t{(P
FAILURE TO.PROVIDE THE REQUIRED`INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
I
Page 13,.of 14
Exhibit "A"
City of Round Rock
Pavement Marking,Curb Painting Services and Related Products i
Class/item:550/36,630/66,968/61
August 2015 i
ATTACHMENT C: j
ADDENDUM ACKNOWLEDGMENT FORM
i
NOTE: If multiple addendums have been issued, respondents may complete and return this attachment E
with their proposal in place of the individual addendums to be submitted. Failure to provide either this form
or the individual addendums with signatures may result in disqualification of the proposal.
Addenda Acknowledgment: The undersigned acknowledges the receipt of the following.Addenda:
Addendum#: Dated:
Addendum#: Dated:
Addendum#: Dated:
Addendum#: Dated:
Addendum#: Dated:
Respondent(Company): C-DrIA 'c•�;on -71
Signature(in ink):
Name(Typed/printed). err /l�iX
Title: �'G e. fre5 i j 2 n T Date: 9 , 15 -Is
Page 14 of 14
Exhibit "A"
e;
D.I.J. construction, Inc.
P.O.Box 1609 2332 CR 252 BERTRAM,TX 78605
OFFICE: (512)355-2766
FAX: (512)355-2392
Summary of Qualifications
D.I.J. Construction,Inc. (Corporation founded in 1983)has been in the construction
business for 31 years.In the late 1980's the company started putting down raised.
pavement markers and`by 1994 we had starred striping for TxDot and various companies
and municipalities.
We currently have amival contracts with City of Georgetown (past 6 years),Williamson
County(past 13 years),Bell County(past 10 years),City of College Station(past4years)
City ofLakeway,City of Round Rock(past 6 years)and work closely with Burnet, 1
Llano,Lampasas,and various other counties in the area,We are.also currently working
for the cities of Cedar Park,Temple,Austin,Leander,Pflugerville,Marble Falls and
Horseshoe Bay to name a few.
We are continuously working on TxDot projects across the state as either a Prime
Contractor or as a Sub-Contractor.As a Sub-Contractor we leave worked for numerous
contractors such:as:Ramming Paving,Dan Williams Co.,Austin Bridge&Road,Louie
Staff Paving,Viking Construction, Cox Paving, Cash Construction,Champion Site Prep,
Chasco Contracting,Hunter Industries;.Keystorie Construction,Ranger Excavating,
APAC Texas,Dean Word Co.,Newman and Keng Paving,Smith Contracting,,Angel
Brothers,McLean Construction,Alpha paving and others just in the Austin area.
D.U. Construction,Inc,has approximately 40+employees.We have 6 field
superintendents who are on the.j obsite at all times.These superintendents,along with
other employees,are trained in.pavement markings and certified.in traffic control by
ATSSA and/or TEEX.All of our employees have.been certified in flagging-:and operation.
ofa.forklift. Our employees are our biggest assets in providing.safe and quality work for
our customers.We have;a safety programthat consist of constant training,and weekly
job;safety meetings,that are put on by our.superintendents,.and monthly companywide
safety meetings,,that are held at our office and put on by our Safety Officer.and,
C.orporate_officers:Employees are certified in First Aid&CPR and are renewed every 2
years along,with.defensive,driving classes.All employees are furnished company shirts
witli the company name;on them so they can be identified as.our employees.
D.I.J. Construction,Inc.is a Corporation With 5 officers.They are:
Danny Floyd--President (danny@dijconstruction.com)
Terry Nix--Vice President (terry @dij construction,coin)
Evan Floyd--Vice President (evan@diJdgonstruction.cPm)
Wynn Floyd Treasurer (wynn@dijconstruction;com)
Robin Guenter - Secretory (robin@ lijconstriiction com)
i
4
1
Exhibit "A"
D.I.J. Construction,Inc.is a local owned and operated company that has built its
reputation on quality work and customer service in a professional and safe manner.
D.I.J. Construction Inc.—Job Personnel Contact Information
Terry Nix will be the Project Manager.He can be reached at 512-355-2766 or on his cell
dt 830-798-6434,or by email terry a,diiconstruefion.eom.
Ronnie Floyd is our Field Operations Supervisor and also our Safety Officer.Ronnie is
responsible for overseeing our field crews and dispatching crews to various jobsites.He
can be reached at 512-355-2766 or on his cell 830-798-6432,or by email
ronnie rr,diiconstruction.com.
Our Superintendents are:
Clifton McLeod 830-798-6433 (clifton@dijeonstruction.eom)
James Parks 512-755-2712 (fames@dijconsti-uction.eom)
Luke Stark 512-294-6477 (luke@dijeonstruction.com)
Gary Murphy 325-248-3706 (gaty@dijconstruction.com)
Jerry Marler 512-745-6456 (ferry@dijconstrttction.com)
Cody Bertelson 817-734-8596 (cody@dijconstniction.eom)
Our Superintendents along with our key personal in the office and shop have gone
through the class and are certified for"Reasonable Suspicion'•'for drugs and alcohol use.
Our office is located at:
P.O.Box 1609
2332 CR 252
Bertram,Texas 78605
Office#512-355-2766
Fax#512-355-2392
I
i
t
r
I
I
3
i
I
Exhibit "A" !
i
D.I.J.Construction,Inc.—Project Listings:
A. Current Prime Maintenance Contracts:(TxDot)
1. Bryan District(10 courities)
2. Brownwood District(9 Counties)
3. Waco District(8 Counties)
B. Prime Contracts: City and County
1. Williamson County
2. Bell County
3. City of Lakeway,Texas
4. City of Georgetown
5. City of Round Rock
6. City of Pflugerville(piggybacks)
7. City of Cedar Park (piggy backs)
8. City of College Station
C. We have Sub-Contracts with the following Contractors:
Knife River
James Construction Group,L.L.C.
Viking Construction,Inc.
Big Creek Construction
Smith Contracting
TTG Utilities,Inc.
Dean Word Co.Ltd.
Prater Equipment Co.Inc.
Dan Williams Co.
Jay Mills Contracting,Inc.
Ramming Paving Co.
Newman&Keng Paving Co.Inc.
Austin Bridge&Road,LP
Hunter Industries,Ltd.
Cox Paving Co.LP/*Blacktopper Technology
Alpha Paving
Austin Traffic Signals i
Cash Construction Co.,Ltd j
APAC-Texas
Jay-Reese Contractors,Inc.
J.H. Strain&Sons,Inc.
Aaron Concrete Contractors,LP
Lone Star Paving
Chasco Contractors
Muniz Concrete
I
1
i
Exhibit "A" I'
f
1
}
i
Reece Albert,Inc.
I
McLean Construction
SEMA Construction.
Angel Brothers
Allen Keller Company
Ace Asphalt
Acme Bridge Company,Inc
Anderson Columbia Company
Archer-Western Contractors,Ltd
Bear Creek Construction,LLC
Multiple TXDOT Districts(Austin,Bryan,Waco,Brownwood,etc...)
Cholla Pavement Maintenance
A Greater Austin Development Co.
Ranger Excavating
Along with many others.......
I
7
Exhibit "A"