Contract - Whitestone Civil - 10/26/2017 1111
City of Round Rock, Texas Contract Forms
Standard Form=of Agreement: Section>00500-
City of Round Rock, Texas
1111 Standard Form of Agreement between
Owner and Contractor
AGREEMENT made as of the jIt.tri f1'J 7- :of (4VI t in the year 20 it
BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City")
I 221 East Main Street
Round Rock,Texas 78664
and the Contractor Whitestone Civil Construction,LLC
P.O.Box 1537 ("Contractor")
•
Cedar Park,TX.786.30
The Project is described as: West WWTP Force.Main Relocation:
Project includes approximately 600 LF of 8"force main
and replacement of two(2)submersible pumps.
I
The Engineer is: Freese and Nichols,Inc.
Anne Hoskins,P.E.
10431 Morado Crrcle,Suite 300
Austin,Texas 7875.99
111
For and in consideration of the mutual terms, conditions and covenants of this Agreement and all
accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby
acknowledged,Owner and Contractor agree as follows:
ARTICLE I THE CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement,g ,Conditions of the Contract(General,Supplementary and
other Conditions),Drawings, Specifications,Addenda issued prior to execution of this Agreement,other documents
listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are
as fully a part of the Contract as if attached to this Agreement or repeated herein.The Contract represents the entire
and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements,
either written or oral.An,enumeration of the Contract Documents,other than Modifications,appears in Article 7.
,
ARTICLE 2 THE WORK OF THIS CONTRA-CT
Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically
indicated in the Contract Documents to be the responsibility of others.
I
00500 4-2016 Page 1. of 5 Standard Form of Agreement
00307791
t-20(11. 44,5
111
'RT'ICLE:3 DATE OF-COMMENCEMENT;DATEOF tiSUBSTA I L,,CO1 PLETION;.DA TE-OF
FINAL COMPLETION
OMPLETION
3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated
below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner.
3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed.
3.3 Contractor shall commence.Work within ten ( 10 ) calendar days
from the date delineated iwthe Notice to Proceed.
3,4` Contractorshall achieve. Substantial Completion of the items of Work listed on Attachment A to this
Agreement no later than seventy-five (. 75 )calendar days from issuance by Owner of Notice to
111 Proceed, and Contractor shall achieve Substantial' Completion of the entire Work no later than
one-hundred twenty ( 120 )calendar days from issuance by Owner of Notice to Proceed,subject to
adjustments of this Contract Time as provided in the Contract Documents.
111 3.5 If Contractor fails to:achieve Substantial Completion of the Work(or any portion thereof)on or before the
:date(s)specified for Substantial Completion.inuhe Agreement,Coatraetor shall pay:to Owner,as liquidated damages,
the sum of two-hundred fifty and No/100
'Dollars. $25 :00
)for each calendar day that Substantial Completion'is delayed after the date(s)
specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled
hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to
achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial
Completion in the Agreement.It is agreed that the harm that would be caused by such failure,which includes loss of
expected use of the Project areas,provision of alternative storage facilities andrescheduling of moving and occupancy
dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion
of the Work (or any portion thereof)is not achieved on or before thirty (30)-days after the date(s)specified for
Substantial Completion in the Agreement,the Owner shall.have the option to either collect liquidated damages asset
forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including
without limitation,,the recovery of actual damages.The date(s)specified for Substantial Completion of the Work(or
any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents.
3.6 Contractor shall achieve Final Completion of the entire Work no later than one-hundred fifty
( :150 )cater dar'days from issuance by Owner of Notice to Proceed.
ARTICLE 4 CONTRACT SUM
4.1 Owner shall pay Contractor the Contract Sum�in current funds for Contractor's performance of the Contract.
The Contract Sum shall be 'th �t hunci+-"� sever-Ltd-mi
h,l incirP GL LW r — Six V
($379,426.00 ),subject to additions and deductions as provided in the Contract Documents.
4.2 Does the Contract Sump_include alternates which-are described ire.the Bid Form?
No . Yes X If yes,please provide details below:
Alternate 1 -Pipe 8"PVC per spec No.510. N/A
`00500 4-2016 Page_2 of:5 Stai dial Farm ofAgreement
00307'91
46
ARTICLE 5 PAYMENTS
1 5.1 PROGRESS PAYMENTS
5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for
Payment issued by Engineer and not disputed by Owner and/or Owner's lender,Owner shall make progress payments
on account of the Contract Sum to Contractor as provided below,in Article 14 of the City of Round Rock General
Conditions,and elsewhere in the Contract Documents.
5.1.2 The period covered by each Application for Payment shall bee=calendar month ending en the.lastday of
the month.
5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a
Certificate of Payment not later than the tenth(10th)day of a month, Owner shall make payment to Contractor not
later than the tenth(10th)day of the next month. If an Application for Payment is received by Engineer and Owner
after the application date fixed above,payment shall be made by Owner not later than one month after the Engineer
issues a Certificate for Payment.
5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor
in accordance with the Contract Documents.The schedule of values shallallocatethe entire Contract Stun among the
various portions of the Work. The schedule of values shall be prepared,in such.form and supported by such data to
substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner,
shall be used as a basis for reviewing Contractor's Applications for Payment.
5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the
end of the period covered by the Application for Payment.
-5.16 Subject to-other er provisions,of the Contract Documents, the amount of each progress payment shall be
competed as provided-in Article 14 of the City of Round Rock General'Conditions.
5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for
materials or equipment which have not been delivered and stored at the site.
5.2 FINAL PAYMENT
5.2.1 Final payment,. constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to
Contractor when:
.1 Contractor has.fully performed'the Contract except for Contractor's responsibility to correct.Work,.
and to satisfy other requirements,if any,which extend beyond final payment;and
.2 a final Certificate for Payment has been issued by Engineer.
5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of
Engineer's fmal Certificate for Payment. In no event shall final payment be required to bemade prior:to.thirty(30)
days after all Work on.the Contract has been fully performed.Defects in the Work discovered prior to final payment
shall be treated as non-conforming Work and shall becorrected by Contractor prior to final payment,.and shall not be
treated as warranty items.
ARTICLE 6 TERMINATION OR SUSPENSION
6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock
General Conditions.
00500 4-2016 Page 3 of 5. Standard Fong of Agreement
00307791
F6.2 The Work may be suspended by Oar nos providedinArticle 15 of the City.of Round Rock General
Conditions.
ART 1C1 7 EENA%YEItATTON C F COI 'RAC`i'1DOCUTMEN'1 S
7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated
as follows:
7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement
between Owner and Contractor,as modified.
7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as
modified.
• 7.1.3 The Supplementary, Special,and other Conditions of the Contract are those contained in the Project Manual
dated August 2017
7.1.4 The Specifications:are Ahose antained,in the Project Manual dated August 2017
7.1.5 The Drawings,&any,a e'those co+ntainedin.the Project Manual dated August 2017
7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual.dated
August 2017
7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the
Project Manual dated August 201.7
7.1.8` If this Agreement covers construction-involving federal funds, thereby requiring inclusion°°�of mandated
_
contract clauses, such-federally required clauses are those contained in the "City of Round-Rock Contract Forms
03000,"Federally Required Contract Clauses,as modified.
7.1.9 Other documents,if any,forming part of the Contract Documents are as follows:
00500 Attachment"A"&01000 Attachment"A"
ARTICLE'S MISCELLANEOUS PROVISIONS
,8.1. Where:reference is made in this Agreement to a provision of any document,the:,reference a refers to that
provision as amended'or supplemented by other provisions of the Contract Documents.
8.2 Owner's representative is: Jeff Bell
Senior Project Manager
2008 Enterprise Drive
ki
Round Rock,Texas 78664
8.3 Contractor's representat ve is: Matthew Lewis
General Manager
P:O:Box 1537
Cedar Park,TX 78630
8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the
other party.
8.5 Waiver of any breach of this Agreement shall not constitute Waiver of any subsequent breach.
00500 4-2Q16 Page 4 of 5 standard Form of Agreement
00307791
I
le
8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in
I accordance withthe bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in
the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to
make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to
Ithe extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only.
8.7 Although this Agreement is drawn by Owner,both parties hereto expressly agree and assert that,in the event
1111 of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly,and neither
more strongly for,nor against either party.
8.8 This Agreement shall beenforceable in Round Rock,Texas,and if legal,action is necessary by either party
I 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.
II 8.9 Both parties 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 an arbitration proceeding,including without limitation,any
proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute.
Ill8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal
representatives for the full and faithful performance of the terms and provisions hereof.
This Agreement is entered into as of the day and year first written above and is executed in at least three(3)
original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the
111
Contract,and the remainder to Owner.
I CTOR
OWNER 9 1.4 ,
ACTOR
OF 10 .` ELAS (Whitesne Civil Cons cu LC
II i
'Ire%ra I1 (� Printed Name: Carrie Lewis
Printed e: _j,
Title J ir 'xi° Title: membver
,
IIIDate Signed: 12 ' -0- Date Signed:
•
II ATTEST:
?IrLAA--- ' Cly yp
City Clerk
II
FOR • T _,APPROVED.A' TO FOR1Vkk
41111160110)I L.411116
II
City Atto ,•y
111
00500 4-2016 Page 5 of 5 Standard.Form.of Agreement
00307791
I
1 1051998
I
I PERFORMANCE BOND
I THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
IThat Whitestone Civil Construction,LLC of the City of Cedar Park , County of
Williamson , and State of Texas , as Principal, and The Hanover Insurance Company
I authorized under the law of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner),in the penal sum of
Three Hundred Seventy Nine Thousand Four Hundred Twenty Six and 00/100
I Dollars ($ 379,426.00 ) for the payment whereof, well and truly to be made the said
Principal and Surety bind themselves, and their heirs, administrators, executors, successors and
assigns,jointly and severally,by these presents:
IWHEREAS, the Principal has entered into a certain written Agreement with the Owner dated the
'41..- day of , 20 P_to which the Agreement is
I hereby referred to and made a part hereof as fully and to the same extent as if copied at length
herein consisting of: West WWTP Force Main Relocation
I (Name of the Project)
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said
I Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully
observe and perform all and singular the covenants, conditions and agreements in and by said
Agreement, agreed and covenanted by the Principal to be observed and performed, including but
I not limited to, the repair of any and all defects in said work occasioned by and resulting from
defects in materials furnished by or workmanship of, the Principal in performing the Work
covered by said Agreement and occurring within a period of twelve(12) months from the date of
I Final Completion and all other covenants and conditions, according to the true intent and
meaning of said Agreement and the Plans and Specifications hereto annexed, then this obligation
g
shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253,
Texas Government code, as amended, and all liabilities on this bond shall be determined in
I accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at
length herein.
I
Page 1
00610 7 2009 Performance Bond
00090656
111
PERFORMANCE BOND (continued)
Surety, for value received, stipulates and agrees that no change, extension of time, alteration or
111 addition to the term of the Agreement, or to the Work performed thereunder, or the Plans,
Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this
bond, and it does hereby waive notice of any such change, extension of time, alteration or
addition to the terms of the Agreement, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument
this 1st day of November , 2017 .
Whitestone Civil Construction, LLC The Hanover Insurance Company
•
Principal Surety
Carrip`L Wis Jeremy Farque
Printed N �e Printed Name
addr
By:
Title:-Mem•er Title: Attor y In Fact
Address: P.O. Box 1537 Address: 44 Lincoln St.
Cedar Park, TX 78630 Worcester, MA 01653
Resident Agent of Surety:
111
Signatur -
Jeremy F rque
Printed Name
11200 Jollyville Road
Street Address
Austin, TX 78759
City, State&Zip Code
111
1111
111
111
Page 2
00610 7-2009 Performance Bond
00090656
I
I
I PAYMENT BOND
ITHE STATE OF TEXAS §
§ KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
I
That Whitestone Civil Construction,LLC , of the City of Cedar Park , County of
'Williamson , and State of Texas as Principal, and The Hanover Insurance Company
Iauthorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held
and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors,
workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have
Ithe right to sue upon this bond, in the penal sum of
Three Hundred Seventy Nine Thousand Four Hundred Twenty Six and 00/100 Dollars
($ 379,426.00 ) for the payment whereof, well and truly be made the
Isaid Principal and Surety bind themselves and their heirs, administrators, executors, successors,
and assigns,jointly and severally,by these presents:
IIWHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated
the 1A1)-- day of TO e44$a0 --- , 20( -, to which Agreement is
hereby referred to and made a part hereof as fully and to the same extent as if copied at length
Iherein consisting of: West WWTP Force Main Relocation
(Name of the Project)
I
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said
Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers,
1 all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies
and materials done and furnished for the construction of the improvements of said Agreement,
then this obligation shall be and become null and void; otherwise to remain in full force and
IIeffect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253,
IITexas Government code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at
length herein.
I
1111
Page 1
II 00620 7-2009 Payment Bond
00090656
I
I
IPAYMENT BOND (continued)
Surety, for value received, stipulates and agrees that no change, extension of time, alteration or
Iaddition to the terms of the Agreement, or to the Work performed thereunder, or the plans,
specifications or drawings accompanying the same shall in anywise affect it's obligation on this
bond, and it does hereby waive notice of any such change, extension of time, alteration or
Iaddition to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument
this 1st _day of November , 2017 .
IWhitestonc Civil Construction, LLC The Hanover Insurance Company
Principal Surety
• Carre'Leis / Jeremy Farque
Pred Nae if Printed Name
i.ri
r
Br k ABy:
il •Titles M-m a er Title: Atto y In Fact
Address: P.O. Box 1537 Address: 440 Lincoln St.
Cedar Park, TX 78630 Worcester, MA 01653
li
Resident Agent of Surety:
Il
Signa r
NJerem Farque
Printed Name
11200 Jollyville Road
IStreet Address
Austin, TX 78759
I
I
I
I
I
I
Page 2
00620 7-2009 Payment Bond
00090656
i'
CERTIFICATE OF LIABILITY INSURANCE Date: 11-14-2017
TDI number required.Please refer to the
PRODUCER: Texas Dept of Insurance website: http://www.tdi.state.tx.us/
Jim Whorton&Associates
11200 Jollyville Rd
Austin,TX 78759 COMPANIES AFFORDING COVERAGE TDI
Phone:512-338-1191 E-mail:jeremyfrii,nmdonins.cnm
A Bitco General Insurance Company 20095
INSURED:
Whitestone Civil Construction LLC B
P.O.Box 1537 C
Cedar Park,TX 78630
Phone:512-963-6746 E-mail:carrieC2I whitestonecivil. D
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations
hereinafter described,for the types of insurance and in accordance with the provisions of the standard policies used by the companies,
and further hereinafter described. Exceptions to the policies are noted below.
CO TYPE OF POLICY EFFECTIVE EXPIRATION LIMITS
LTR INSURANCE NUMBER DATE DATE
GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000
A CLP3645780 11/20/2016 11/20/2017 PRODUCTS-COMP/OP AGG. $ 2,000,000
PERSONAL&ADV.INJURY $ 1,000,000
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE(Any one fire) $ 300,000
MED.EXPENSE(Any one person) $ 5,000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000
A CAP3645781 11/20/2016 11/20/2017 BODILY INJURY(Per person) $ 1,000,000
BODILY INJURY(Per accident) $ 1,000,000
PROPERTY DAMAGE $ 1,000,000
EXCESS LIABILITY EACH OCCURRENCE $ 5,000,000
A CUP2811401 11/20/2016 11/20/2017 AGGREGATE $ 5,000,000
WORKERS'COMPENSATION STATUTORY LIMITS $ 1,000,000
AND EMPLOYERS'LIABILITY EACH ACCIDENT $ 1,000,000
A WC3645782 11/20/2016 11/20/2017 DISEASE-POLICY LIMIT $ 1,000,000
DISEASE-EACH EMPLOYEE $ 1,000,000
PROFESSIONAL LIABILITY
BUILDERS'RISK INSURANCE
OR INSTALLATION INSURANCE
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS/EXCEPTIONS
The City of Round Rock is named as additional insured with respect to all policies except `Workers' Compensation and Employers'
Liability' and `Professional Liability'. Should any of the above described policies be cancelled or changed before the expiration date
thereof,the issuing company will mail thirty(30)days written notice to the certificate holder named below.
CERTIFICATE HOLDER: City Manager SIGNATURE-0f AG NT LICENSED IN STATE OF TEXAS
City of Round Rock
221 E.Main Street
Round Rock,Texas 78664
Typed Name: Tom Mulanax
License ID: 1597740 TX 15244035 NPN
Page 1
00650 10-2010 Certificate of Liability Insurance
00205796
1
THE CITY OF ROUND ROCK
BIDS EXTENDED AND CHECKED
Utilities & Environmental Services
2048 Enterprise Drive BY:
Round Rock, Texas 78664 DATE:
c� BID TABULATION
SHEET: 1 of 2
CONTRACT: WWWTP Forcemain Relocation Whitstone Civil Constr, Prota Constr and Prota Austin Engineering Co.,
LLC Inc,Jv CRU Inc
LOCATION : Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes
DATE: September 20,2017 Addendum(s)? N/A Addendum(s)? NIA Addendum(s)? N/A Addendum(s)? N/A
Bid Bond?Yes Bid Bond?Yes Bid Bond? Yes Bid Bond? Yes
APPROX. UNIT UNIT UNIT UNIT
TEM A ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST
Mobilization(limit 5%of overall
1 construction cost) 1 LS $19,000.00 $19,000.00 $19,000.00 $19,000.00 $20,000.00 $20,000.00 $23,550.00 $23,550.00
2 Care of Water during Creek Crossing 1 LS $39,369.00 $39,369.00 $6,000.00 $6,000.00 $30,000.00 $30,000.00 $38,000.00 $38,000.00
3 Pipe-8"I-IDPE Force Main 600 LF $90.36 $54,216.00 $275.00 $165,000.00 $75.00 $45,000.00 $144.00 $86,400.00
4 Flowable Fill For Creek Crossing 150 CY $177.00 $26,550.00 $110.00 $16,500.00 $350.00 $52,500.00 $210.00 $31,500.00
Site Restoration at Pipeline Right-of-
S Way 3,300 SY $1.75 $5,775.00 $10.00 $33,000.00 $17.00 $56,100.00 $2.60 $8,580.00
6 Tie In to Existing Line 1 LS $16,000.00 $16,000.00 $1,500.00 $1,500.00 $7,700.00 $7,700.00 $8,000.00 $8,000.00
7 Manhole I EA $14,000.00 $14,000.00 $15,000.00 $15,000.00 $14,500.00 $14,500.00 $16,000.00 $16,000.00
Remove Existing Power Pole and
8 Foundation 2 EA 1 $449.00 $898.00 $1,500.00 $3,000.00 $5,200.00 $10,400.00 $4,600.00 $9,200.00
9 1"Air Release Valve 1 EA $6,000.00 $6,000.00 $3,000.00 $3,000.00 $8,800.00 $8,800.00 $5,400.00 $5,400.00
10 Side Mounted Pressure Gauge I EA $800.00 $800.00 $500.00 $500.00 $1,500.00 $1,500.00 $210.00 $210.00
11 Demo Piping at I..ift Station I LS $10,000.00 $10,000.00 $20,000.00 $20,000.00 $29,000.00 $29,000.00 $8,000.00 $8,000.00
12 Lift Station Pumps 2 EA $47,000.00 $94,000.00 $20,000.00 $40,000.00 $30,000.00 $60,000.00 $51,000.00 $102,000.00
13 Grout Bottom of Sump l LS $500.00 $500.00 $2,000.00 $2,000.00 $9,200.00 $9,200.00 $4,100.00 $4,100.00
14 Pipe-8"D.I. Pipe 60 LF $160.00 $9,600.00 $150.00 $9,000.00 $275.00 $16,500.00 $480.00 $28,800.00
15 8"D.I. 90 Elbow 5 EA $700.00 $3,500.00 $600.00 $3,000.00 $900.00 $4.500.00 $820.00 $4,100.00
16 8"Restrained Coupling 3 EA $750.00 $2,250.00 $500.00 $1,500.00 $1,200.00 $3,600.00 $1,800.00 $5,400.00
17 8"Check Valve 2 EA $3,500.00 $7,000.00 $1,500.00 $3,000.00 $8,200.00 $16,400.00 $4,200.00 $8,400.00
18 8"Plug Valve 2 EA $751.50 $1,503.00 $1,500.00 $3,000.00 $4,400.00 $8,800.00 $,900.00 $5,800.00
19 8"D.I.Tee 1 EA $900.00 $900.00 $750.00 $750.00 $1,200.00 $1,200.00 $900.00 $900.00
20 1.6"D.I. Flange I 1 EA $950.00 $10,450.00 5200.00 $2,200.00 $250.00 $2,750.00 $1,200.00 $13,200.00
21 8"Core Hole with Link Seal 3 EA 1 $715.001 $2,145.00 $500.00 $1,500.00 $1,100.00 $3,300.00 $4,100.00 $12,300.00
22 8"HDPE to D.I.Adapter l EA $1,050.00 $1,050.00 $750.00 $750.00 $1,450.00 $1,450.00 $860.00 $860.00
23 Paint Pipe 1 LS 1 $5,600.00 1 $5,600.00 $2,500.00 $2,500.00 $11,500.00 $11,500.00 51,800.00 $1,800.00
THE CITY OF ROUND RUCK BIDS EXTENDED AND CHECKED
Utilities & Environmental Services
2008 Enterprise Drive BY:
Round Rock, Texas 78664 DATE:
BID TABULATION
24 Concrete Pipe Support 1 EA $2,000.00 $2,000.00 $500.00 $500.00 $3,500.00 $3,500.00 $3,100.00 $3,100.00
25 8"Blind Flange I EA $450.00 $450.00 $300.00 $300.00 $2,000.00 $2,000.00 $500.00 $500.00
26 Excavation/Backfill between Vaults 20 CY $38.50 $770.00 $100.00 $2,000.00 $58.00 $1,160.00 $280.00 $5,600.00
27 Site Restoration at Vaults I LS $800.00 $800.00 $2,000.00 $2,000.00 $3,500.00 $3,500.00 $3,000.00 $3,000.00
28 Tree Protection I LS $700.00 $700.00 $2,000.00 $2,000.00 $1,800.00 $1,800.00 $3,600.00 $3,600.00
29 SWPPP I LS $7,000.00 $7,000.00 $2,000.00 $2,000.00 $6,300.00 $6,300.00 $3,800.00 $3,800.00
30 Electrical i LS $34,600.00 $34,600.00 $22,500.00 $22,500.00 $45,000.00 $45,000.00 $46,000.00 $46,000.00
31 Start Up and Testing I LS $2,000.00 $2,000.00 $2,000.00 $2,000.00 $11,000.00 $11,000.00 $5,000.00 $5,000.00
TOTAL: $379,426.00 $385,000.00 $488,960.00 $493,100.00
32 "Alternate Bid-Pipe 8"PVC 600 LF $16.61 ($9,966.00) $350.00 $210,000.00 $0.00 $124.00 $74,400.00
GRAND TOTAL: $369,460.00 $595,000.00 $488,960.00 $567,500.00
THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED
Utilities & Environmental Services
2008 Enterprise Drive BY
Round Rock, Texas 78664 DATE:
BID TABULATION
SHEET: 2 of 2
CONTRACT: 'VWWTP Forcernain Relocation
Patin Constr,LLC N/A N/A N/A
LOCATION : Statement of Safety'Yes Statement of Safety? Statement of Safety? Statement of Safety?
DATE: Se tmernber 20,2017 Addendum(s)? N/A Addendum(s)? Addendum(s)? Addendum(s)?
Bid Bond?Yes Bid Bond? Bid Bond? Bid Bond?
APPROX. UNIT UNIT UNIT UNIT
TEM A ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST
Mobilization(limit 5%of overall
I construction cost) 1 LS $21,000.00 $21,000.00 $0.00 $0.00 $0.00
2 Care of Fater during Creek Crossing 1 LS $15,000.00 $15,000.00 $0.00 $0.00 $0.00
3 Pipe-8"HDPE Force Main 600 LF $150.00 $90,000.00 $0.00 $0.00 $0.00
4 Flowable Fill For Creek Crossing 150 CY $300.00 $45,000.00 $0.00 $0.00 50.00
Site Restoration at Pipeline Right-of-
5 Way 3,300 SY $5.00 $16,500.00 $0.00 $0.00 $0.00
6 Tic In to Existing Line 1 LS $5,000.00 $5,000.00 $0.00 $0.00 S0.00
7 Manhole 1 EA $10,000.00 $10,000.00 $0.00 $0.00 $0.00
Remove Existing Power Pole and
8 Foundation 2 EA $5,000.00 $10,000.00 50.00 $0.00 $0.00
9 1"Air Release Valve 1 EA $9,000.00 $9,000.00 $0.00 $0.00 $0.00
10 Side Mounted Pressure Gauge 1 EA $1,500.00 $1,500.00 $0.00 $0.00 $0.00
11 Demo Piping at Lift Station l LS $20,000.00 $20,000.00 S0.00 $0,00 $0.00
12 Lift Station Pumps 2 EA $30,000.00 $60,000.00 $0.00 $0.00 $0.00
13 Grout Bottom of Sump 1 LS $2,500.00 $2,500.00 $0.00 $0.00 $0.00
14 Pipe-8"D.I.Pipe 60 LF $225.00 $13,500.00 $0.00 $0.00 $0.00
1 S 8"D.I.40 Elbow 5 EA $450.00 $2,250.00 $0.00 $0.00 $0.00
16 8"Restrained Coupling 3 EA $750.00 $2,250.00 $0.00 $0.00 $0.00
17 8"Check Valve 2 EA $4,600.00 $9,200.00 $0.00 1 $0.00 $0.00
18 8"Plug Valve 2 EA $3,000.00 $6,000.00 $0.00 $0.00 $0.00
19 8"D.I.Tee I EA $1,000.00 $1,000.00 $0.00 $0.00 $0.00
wn 16" D.I. Flanee l 1 FA 1�l 900 00 T,iq Ron nn 1W nn V)00 Vn nn
THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED
Utilities & Environmental Services
2008 Enterprise Drive BY:
Round Rock, Texas 78664 DATE:
BID TABULATION
21 8"Core Hole with Link Seal 3 EA $1,600.00 $4,800.00 $0.00 $0.00 $0.00
22 8"HDPE to D.I. Adapter I EA $850.00 $850.00 $0.00 $0.00 $0.00
23 Paint Pipe I L5 $5.000.00 $5,000.00 $0.00 $0.00 $0.00
24 Concrete Pipe Support 1 EA $500.00 $500.00 $0.00 $0.00 $0.00
25 8"Blind Flange I EA $500.00 $500.00 $0.00 $0.00 $0.00
26 Excavation/Backfill between Vaults 20 CY $160.00 $3,200.00 $0.00 $0.00 $0.00
27 Site Restoration at Vaults I Ls $15,000.00 $15,000.00 $0.00 $0.00 $0.00
28 Tree Protection I LS $3,000.00 $3,000.00 $0.00 $0.00 $0.00
29 SWPPP 1 LS $3,000.00 $3;1300.00 $0.00 $0.00 $0.00
30 Electrical 1 LS $25,000.00 $25,000.00 $0.00 $0.00 $0.00
31 Start Up and Testing 1 LS $3,000.00 $3,000.00 $0.00 $0.00 $0.00
TOTAL: $423,350.00 $0.00
32 **Alternate Bid-Pipe 8"PVC 600 LF $125.00 $75,000.00 $0.00 $0.00 $0.00
GRAND TOTAL: $498,350.001_ $0.00 $0.00 $0.00
..............
FREESE
�ONICHOLS
10431 Morado Circle,Suite 300 Austin,Texas 78759 512-617-3100 fax 512-617-3101
October 2, 2017
Jeff Bell
Senior Project Manager
City of Round Rock
2008 Enterprise Dr.
Round Rock,TX 78664
Subject: West WWTP Force Main Relocation
Recommendation of Award of Contract
Dear Mr. Bell,
Listed below is the summary of bids for the West WWTP Force Main Relocation Project.A total of five bids
were received on September 14,2017. A copy of the bid tabulation is attached for your use.
The base bids are summarized below:
Bidders Total Base Bid
Whitestone Civil Construction, LLC $379,426.00
Prota Construction Inc and Prota Inc,JV $385,000.00
CRU $488,960.00
Austin Engineering Co., Inc. $493,100.00
Patin Construction, LLC $423,350.00
The low bidder is Whitestone Civil Construction, LLC with a base bid of$379,426.00 and an alternate bid
of$369,460.00. The City's preference is to proceed with the base bid pipe material.
Based on the City of Round Rock's past experience with Whitestone Civil Construction, LLC,the
Contractor is capable of performing the work on this project.As a result, Freese and Nichols
recommends that the City of Round Rock award the construction contract for this project to Whitestone
Civil Construction, LLC in the amount of$379,426.00.
Please call me at(512) 617-3125 if you have any questions. o �—I 10-2-2017
r-
P
Sincerely, *'' �,*�i
..1fl...........l.........
Of
/ ANNE C.HOSKINS /
Anne Hoskins, P.E. i" """""!"""!•!'••"'r
��-P'; 103447 ;'��
Project Manager o o �
Freese and Nichols, Inc +++�5•�� NsE.•G,�..
1 S�ONA<_
Attachments: West WWTP Force Main Relocation Bid Tabulation f
FREESE AND NICHOLS,INC.
TEXAS REGISTERED
ENGINEERING FIRM
F-2144
CERTIFICATE OF INTERESTED PARTIES FORM 1295
10fl
Complete Nos.I-4 and 6 it(here are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 it there are no interested parties, CERTIFICATION OF FILING
1 Name of business entity tiling form,and the city,state and country of the business entity's place Certificate Number:
of business. 2017-272129
Whitestone,Civil Consiruction,LLC
Cedar Park,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for whit R the form is 10/13/2017
being filed.
City of Round fRock Date Acknowledged.
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the ser\ftces,goods,or other property to be provided under the contract.
000000
Wastewater utilities
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
5 Check only if there is NO Interested Party. Fx�
6 AFFIDAVIT I swear r affirm,under penalry of perjury,that the above disclosure is true,and correct
.N�NittOAY P& CARRIE LEWIS
Notary Public,State of Texas
Comm. Expires 09-24-2021
tignaiure of authorized agent of contracting business entity
Notary ID 128058028
AFFIX NOTARY STAMP/SEAL ABOVE
Sworn to and subscribed before aw,by the said this the day of
4 to certify wig -t,witn-ss irty hand and seal of office.
S��natof b1fi-c-erX(di-ninistering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Vefsion V1,0,3337
CERTIFICATE OF INTERESTED PARTIES FORM 3.295
10f1
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2017-272129
Whitestone Civil Construction, LLC
Cedar Park,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 10/13/2017
being filed.
City of Round Rock Date Acknowledged:
10/16/2017
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
000000
Wastewater utilities
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling I Intermediary
5 Check only if there is NO Interested Party.
X
6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct.
Signature of authorized agent of contracting business entity
AFFIX NOTARY STAMP/SEAL ABOVE
Sworn to and subscribed before me,by the said this the day of
20 ,to certify which,witness my hand and seal of office.
Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337