Loading...
Contract - National Power Rodding Corporation - 1/25/2018 City of Round Rock, Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor 161 AGREEMENT made as of the L4Ce (l( 271 p)day of in the year 20Ce. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") - 221 East Main Street Round Rock,Texas 78664 and the Contractor National Power Rodding Corporation ("Contractor") 9810 FM 969 Austin,Texas 78724 The Project is described as: Parkfield Circle Culvert Rehabilitation The Engineer is: City of Round Rock 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,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 CONTRACT 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. 00500 4-2016 Page 1 of 5 Standard Form of Agreement 00307791 1 I ARTICLE 3 DATE OF COMMENCEMENT; DATE OF SUBSTANTIAL COMPLETION;DATE OF FINAL COMPLETION I 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. I3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within seven ( 7 ) calendar days Ifrom the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this I Agreement no later than forty-five ( 45 )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than sixty ( 60 )calendar days from issuance by Owner of Notice to Proceed, subject to adjustments of this Contract Time as provided in the Contract Documents. I 3.5 If Contractor fails to achieve Substantial Completion of the Work(or anyportion thereof)on or before the P date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of two hundred fifty and No/I 00 IDollars($250.00 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to I achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure,which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion I of the Work (or any portion thereof) is not achieved on or before thirty (30) days after the date(s) specified for Substantial Completion in the Agreement,the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation,the recovery of actual damages.The date(s)specified for Substantial Completion of the Work(or I any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than seventy-five p ( 75 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM I 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract. The Contract Sum shall be One hundred ninety-two thousand five hundred seventy-five and 40/100 dollars. ($ 192,575.40 ),subject to additions and deductions as provided in the Contract Documents. I 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No . Yes X .If yes,please provide details below: I1.ALTERNATE BID- 2.ADD ALTERNATE BID 1 - (Parkfield Circle Full Lining) (Hampton Lane Invert Lining) I I 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 I I I ARTICLE 5 PAYMENTS ' 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 be one calendar month ending on the last day 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 shall allocate the entire Contract Sum 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. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed 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 final Certificate for Payment. In no event shall final payment be required to be made 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 be corrected 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 Cityof Round Rock General Conditions. 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS „, 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 December 2017 7.1.4 The Specifications are those contained in the Project Manual dated December 2017 7.1.5 The Drawings,if any,are those contained in the Project Manual dated December 2017 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated December 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 December 2017 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: ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Daniel Lynn Halden,P.E.,City Engineer 2008 Enterprise Drive Round Rock,Texas 78664 dhalden crroundrocktexas.gov; (512)218-6610 8.3 Contractor's representative is: Fabian R. Castel,Vice President National Power Rodding Corporation 9810 FM 969 Austin,Texas 78724 FCastel@nationalpowerrodding.com(312)907-0669 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 4-2016 Page 4 of 5 Standard Form of Agreement 00307791 II I I . I 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the 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 the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 111 8.7 Although this Agreement is drawn by Owner,both parties hereto expressly agree and assert that,in the event 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 be enforceable in Round Rock,Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein,exclusive venue for same shall lie in I Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating I 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. I 8.10 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 I Contract,and the remainder to Owner. I OWNER CONTRACTOR National Power Rodding CITY I ' OUND ROCK,T AS •rporn i41 ." , %-!r Printed.lame: 6 Kb LA I t t I%iJ Printed Name: 'William T. Kreidler I v Y' � Title Arid Title: President r / Date Signed: ZJ'1 L(?) Date Signed: February 2, 2018 I ATTES f City Clerk FO' f ,T ,APPR VED AS T I FORM: I Ifi ► i- City Atte'ney I I 00500 4-2016 00307791 Page 5 of 5 Standard Form of Agreement I I I II Bond No. 106867132 • • PERFORMANCE BOND I THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § IThat National Power Rodding Corp. of the City of Chicago County of Cook , and State of Illinois , as Principal, and Travelers Casualty and Surety Company of America 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 One Hundred Ninety Two Thousand Five Hundred Seventy Five and 40/100 I Dollars ($ 192,575.40 ) 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: WHEREAS, the Principal has entered into a certain written Agreement with the Owner dated the l VP' day of t4!R461 , 20jto which the Agreement is hereby referred to and made a part hereof as fully and the same extent as if copied at length herein consisting of: Parkfield Circle Culvert Rehabilitation b 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 bysaid g 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 Final Completion and all other covenants and conditions, according to the true intent and II meaning of said Agreement and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; IPROVIDED, 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 111 accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. . i 11 Page 1 11, 00610 7-2009 Performance Bond 00090656 IIS I PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying p g 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 February 20 18 National Power Rodding Corp. Travelers Casualty and Surety Company of America Principal • Surety William T. Kreidler Brenda D. Hockberger Printed Name Printed Name By• a/befy By: B.A.A .A.-.6,-(Q:LL-eldsz_x,,,, Title: Preident Title: Attorney-in-Fact Address: " 9810 FM 969 Address: 215 Shuman Blvd. Austin, TX 78724 Naperville,IL 60563 1111 Resident Agent of Surety: J (ILA Signature Carmen Mims (License#1119310) IPrinted Name i 1301 E. Collins Blvd,Suite 111 Street Address IRichardson,TX 75081 City, State &Zip Code 111 _ I i I Page 2 00610 7-2009 Performance Bond 00090656 I 1 Bond No. 106867132 I PAYMENT BOND I II THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § I I That National Power Rodding Corp. , of the City of Chicago County of Cook , and State of Illinois Travelerspany Casualty and Surety as Principal, and Comof America authorized 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, I workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this hls bond, • in the penal sum of One Hundred Ninety Two Thousand Five Hundred Seventy Five and 40/100 Dollars I ($ 192,575.40 ) for the payment whereof, well and truly be made the said Principal and Suretybind themselves and i their heirs, administrators, executors, successors, and assigns,jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated I ill the Up 6—, day of 1(' 2if 1 A P1'— , 2O[ , to which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length I herein consisting of: Parkfield Circle Culvert Rehabilitation p g (Name of the Project) 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, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies i 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 effect. 1 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 accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. I I Page 1 00620 7-2009 Payment Bond 00090656 III II IPAYMENT BOND (continued) I Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Workerformed thereunder,ereundei, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this I bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to bep erform ed thereunder. I N WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument I this 1st day of February , 20 18 . • National Power Rodding Corp. Travelers Casualty and Surety Company of America • Principal - Surety William T. Kreidler Brenda D.Hockberger Printed Name Printed Name By: By: Aj-&--. -ejt I Title: Present J �% Title: Attorney-in-Fact Address: /9810 FM 969 Address: 215 Shuman Blvd. Austin, TX 78724 Naperville,IL 60563 I Resident Agent of Surety: Ii C A.-A.AA.-t."- MAA-4,--...._- Signature Carmen Mims (License#1119310) Printed Name 1301 E.Collins Blvd.,Suite 111 Street Address Richardson,TX 75081 i I' i 1 I I IPage 2 00620 7-2009 Payment Bond 1 00090656 I I ! ® DATE(MM/DD/YYYY) ACCORD �� CERTIFICATE OF LIABILITY INSURANCE 02/02/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS I CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA INC. NAME: PHONE FAX 540 W.MADISON (A/C.No.Ext): (A/C,No): CHICAGO,IL.60661 E-MAIL -- ADDRESS: Attn:chicago.CertRequest@marsh.com INSURER(S)AFFORDING COVERAGE NAIC# NPRC INSURER A:Zurich American Insurance Comsan 16535 INSURED INSURER B:American Guarantee and Liabilit Insurance Com ean 26247 NATIONAL POWER RODDING CORP. 25674 2500 WEST ARTHINGTON STREET INSURER c:Travelers Pro.ert Casualt Insurance of America CHICAGO,IL 60612-410840142 D:American Zurich Insurance Company 40142 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: CHI-008903898-01 REVISION NUMBER: 6 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS I :ERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, XCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSTYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY GLO 9377201-14 10/31/2017 10/31/2018 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR PREM SESO(Ea occurrRENTEence) $ 1,000,000 X XCU INCLUDED MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X jr2F LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY BAP 9377199-14 10/31/2017 10/31/2018 COMBINED SINGLE LIMIT $ 2,000,000 (Ea accident) I X ANY AUTO _ BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) - $ IB X UMBRELLA LIAB XOCCUR EACH OCCURRENCE $AUC591694712 10/31/2017 10/31/2018 1,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 1,000,000 DED RETENTION$ $ . D WORKERS COMPENSATION WC 9377202-14 WC012261902WI 10/31/2017 10/31/2018 X PER 0TH- A AND EMPLOYERS'LIABILITY Y/N 10/31/2017 10/31/2018 STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE ( ) E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? N NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C CONTRACTORS EQUIPMENT QT6304G298797TIL17(DED.:$10,000) 10/31/2017 10/31/2018 EQUIPMENT LEASED/RENTED 1,000,000 OTHER DED.MAY APPLY AS PER POLICY TERMS AND CONDITIONS. MAXIMUM PER ITEM 1,000,000 I. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CITY OF ROUND ROCK IS AN ADDITIONAL INSURED UNDER GENERAL LIABILITY,AUTOMOBILE LIABILITY AND EXCESS LIABILITY,BUT ONLY TO THE EXTENT REQUIRED BY THEIR WRITTEN CONTRACT WITH THE NAMED INSURED FOR OPERATIONS PERFORMED BY THE NAMED INSURED. CONTRACTUAL LIABILITY IS INCLUDED UNDER GENERAL LIABILITY. A WAIVER OF SUBROGATION IS INCLUDED IN FAVOR OF THE ADDITIONAL INSURED WITH RESPECT TO THE GENERAL LIABILITY,AUTOMOBILE LIABILITY AND WORKERS COMPENSATION COVERAGES,BUT I ONLY TO THE EXTENT REQUIRED BY THEIR WRITTEN CONTRACT WITH THE NAMED INSURED. UMBRELLA FOLLOWS FORM FOR GENERAL LIABILITY,AUTO LIABILITY AND EMPLOYER'S LIABILITY, SUBJECT TO POLICY TERMS,CONDITIONS AND EXCLUSIONS. CERTIFICATE HOLDER CANCELLATION CITY MANAGER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF ROUND ROCK THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 221 E.MAIN STREET ACCORDANCE WITH THE POLICY PROVISIONS. ROUND ROCK,TX 78664 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee -.14-auao► ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD N THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED �? Utilities & Environmental Services 2008 Enterprise Drive BY: Dillon Johns Round Rock, Texas 78664 DATE: 12/19/2017 BID TABULATION SHEET: 1 of CONTRACT; Parkfield Circle Culvert Rehabilitation Quadex Lining Systems,LLC Proshot Concrete,Inc. Boretex,LLC D&S Concrete Contractors LOCATION : 2008 Enterprise Drive Statement of Safety? Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes DATE:12/19/2017 Addenda? Yes Addenda? Yes Addenda? Yes Addenda? Yes TIME:2:00pm Bid Bond? Yes Bid Bond.? Yes Bid Bond? Yes Bid Bond? Yes BASE BID APPROX. UNIT UNIT UNIT UNIT ITEM ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST 1 Remove P.C.concrete slab(riprap) 1600 S.F. $9.20 S 14,720A0 $8.00 $12,800.00 $8.00 S12,800.00 $8.00 S 12,800.00 2 Channel Excavation 35 C.Y. 569:00: $2,415.00 $1,500.00 $52,500.00 560.00 $2,100,00 $150.00 55,250.00 3 Remove P.C.concrete sidewalk 710 S.F. $9.20 $6,532.00 $7.50 $5,325.00 $7.00 $4,970.00 $8.00 $5,680.00 4 Remove P.C.concrete curb&gutter 155 L.F. $9.20 $1,426.00 S20.00 $3,100.00 S11.00 S 1,705.00 $21.00 $3,255.00 5 P.C.concrete headwall 17 C.Y. $1,437.50 $24,437.50 $1,000.00 $17,000.00 $1,495.00 $25,415.00 $1,500.00 $25,500.00 6 Concrete riprap 25 C.Y. $488.75 $12,218.75 $300.00 $7,500.00 $380.00 $9,500.00 $800.00 $20,000.00 7 New P.C.concrete sidewalk 710 S.F. $9.49 S6,737.90 $10.00 $7,100.00 S11.00 $7,810.00 $12.00 $8,520.00 Is Remove&discard existing railing 76 L.F. $13.80 $1,048.80 $211.00 $1,520.00 S15.00 $1,140.00 $15.00 $1,140.00 9 Install new railing 81 L.F. $120.75 59,780.75 $100.00 $8,100.00 $42.00 53,402.00 $100.00 $8,100.00 10 CMP inert repair 25 S.F. $100.00 52,500.00 $150.00 53,750.00 $30.00 $750.00 5300.00 $7,500.00 11 Fill voids around CMP 25 C.F. $200.00 $5,000.00 $300.00 57,500.00 $38.00 $950.00 $500.00 $12.500.00 12 Lining of CMP(Invert) 1075 S.F. 544.18 $47,493.50 $60.00 $64,500.00 $20.00 $21,500.00 $35.00 $37,625.00 13 Barricades,signs,&traffic handling 1 L.S. $I,150.00 $I,150.00 $18,330.00 $18,330.00 $9,200.00 $9,200.00 $8,000.00 $8,000.00 14 P.C.concrete curb&gutter 155 L.F. $48.30 $7,486.50 $30.00 $4,650.00 $22.00 $3,410.00 $30.00 $4,650.00 15Repair concrete curb inlet 1 L.S. $1,437.50 $!,437.50 55,000,00 $5,000.00 $1,500.00 $1,500.00 $12,000.00 $12,000.00 16 Erosion control wr rock benn I L.S. $300.00 $300.00 51,050.00 $1,050.00 $1,900.00 $1,900.00 $4,000.00 $4,000.00 17 Restoration/Revegetation 1 L.S. $500.00 $500.00 $1,700.00 51,700.00 $6,500.00 $6,500.00 $3,500.00 $3,500.00 TOTAL BASE BID: S14518420 $221,425.00 $I14,552.00 $180,020.00 Italics and underline(SXXXX. indicate correction upon tabulation of bids where written unit price differed from unit price figures,or figures were otherwise not correctly entered. ��Fill indicates written clarification requested after bid opening and received from bidder. BID TABULATION Contract: Parkfield Circle Culvert Rehabilitation(Continued) SHEET:2 of 4 Quadex Lining Systems,LLC Proshot Concrete,Inc. Boretex,LLC D&S Concrete Contractors ALTERNATE BID APPROX. UNIT UNIT UNIT UNIT ITEM 4 ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST A-1 Lining of CMP(Circumference) 2750 S.F. $32.46 $89,265.00 $55.00 $151,250.00 $20.00 $55,000.00 $20.00 $55,000.00 A-2 Barricades,signs,&traffic handling I L.S. $1,150.00 $1,150.00 $29,000.00 $29,000.00 $3,000.00 $3,000.00 58,000.00 $8,000.00 N/ABase Bid Items I thru 1 I and 14 thru 17 N; BID TABULATION CONTRACT: Parkfield Circle Culvert Rehabilitation(Continued) SHEET: 3 of TCB Construction,Inc. AARON Concrete Central Road and Utility, National Power Rodding Contractors,LP Ltd dha CRU,Ltd Corp. LOCATION : 2008 Enterprise Drive Statement of Safety? Yes Statement of Safety? Yes Statement of Safety? Yes Statement of Safety?Yes DATE:12119/2017 Addenda? I of 2 Addenda:' Yes Addenda? Yes Addenda? Yes TIME:2:00pm Bid Bond? Yes Bid Bond? Yes Bid Bond? Yes Bid Bond? Yes BASE BID APPROX. UNIT UNIT UNIT UNIT ITEM ft ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST 1 Remove P.C.concrete slab(riprap) 1600 S.F. $10.00 $16,000.00 S12.00 $19,200.00 $7.60 $12,160.00 $8.25 $13,200.00 2 Channel Excavation 35 C.Y. $55.00 $1,925.00 $280.00 $9,800.00 $127.00 $4,445.00 $60.5{) S-2,117.50 3 Remove P.C.concrete sidewalk 710 S.F. $5.00 $31550.00 $5.00 $3,550.00 $7.60 $5,396.00 .58.80 56,248.00 4 Remove P.C.concrete curb&gutter 155 L.F. $11.00 $1,705.00 $15.00 $2,325.00 $25.50 $3,952.50 57.70 S1793.50 5 P.C.concrete headwall 17 C.Y. $1,200.00 $20,400.00 $I,475.00 $25,075.00 $2,240.40 538,086.80 $1,375.00 $23,375.00 6 Concrete riprap 25 C.Y. $650.00 $16,250.00 $630.00 $15,750.00 $1,14750 $28,687.50 $412.50 $10,312.50 7 New P.C.concrete sidewalk 710 S.F. $7.00 $4,970.00 $18.00 $12,780.00 S17.80 $12,638.00 $7.98 $5,665.80 8 Remove&discard existing railing 76 L.F. 54.00 5304.00 $5.00 5380.00 525.40 $1,930.40 $11.00 $836.00 9 Install new railing 81 L.F. $75.00 $6,075.00 $85.00 56.885.00 $125.00 $10,125.00 $104.50 $8,464.50 10 CMP inert repair 25 S.F. $250.00 $6,250.00 540.00 $1,000.00 $67.60 $1,690.00 5150.00 $3,750.00 11 fill voids around CIwIP 25 C.F. .$250.00 $6,250.00 $128.00 $3,200.00 $125.00 53,125.00 $80.00 $2,000.00 12 Lining of CMP(invert) 1075 S.F. `1;39.00 541,925.00 532.00 $34,400.00 $30.60 $32,895.00 $19.00 $20,425.00 13 Barricades,signs,&traffic handling I L.S. $5,500.00 $5,500.00 $3,000.00 $3,000.00 513,387.40 $13,387.40 $6,000.00 $6,000.00 14 P.C.concrete curb&.gutter 155 L.F. $25.00 $3,875.00 $41.00 $6,355.00 S70.10 S10,865.50 $40.70 $6,308.50 15 Repair concrete curb inlet 1 L.S. $1,500.00 $1,500.00 $4,550.00 $4,550.00 $3,180.50 $3,180.50 $1,100.00 $1,100.00 16 Erosion control w; rock bean I L.S. $3,000.00 53,000.00 $8,000.00 58,000.00 $4,208.30 $4,208.30 $1,904.10 $1,904.10 17 Restoration'Revegetation I L.S. $800.00 $800.00 `63,500.00 53,500.00 $6,236.30 $6,236.30 $5,000.00 $5,000.00 TOTAL BASE BID: $140,279.00 5159,750.00 $193,009.20 $1I7,900.40 Italics and underline(S,YXXX indicate correction upon tabulation of bids where written unit price differed from unit price figures,or figures were otherwise not correctly entered. ��Fill indicates written clarification requested after bid opening and received from bidder. BID TABULATION Contract: Parkfield Circle Culvert Rehabilitation (Continued) SHEET:4 of TCB Construction,Inc. AARON Concrete Central Road and Utility, National Power Rodding Contractors,LP Ltd dba CRU,Ltd Corp. ALTERNATE BID APPROX. UNIT UNIT UNIT UNIT ITEM 4 ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COSI' A-1 Lining of CMP(Circumference) 2750 S.F. $35.00 $96,250,00 $32.00 $88,000.00 $30.60 $84,150.00 $21.00 $57,750.00 A-2 Barricades,signs,&traffic handling 1 L.S. $6,500.00 $6.500.00 $1,350.00 $1,350,00 $7,468.30 $7,468.30 $7,500.00 57,500.00 N,,A Base Bid Items I thru l I and 14 thru 17 N`A NIA $92,854.00 $122,350.01? $146,726.80 $91,475.40 TOTAL ALTERNATE BID: $195,604.00 .5211,700.00 $238,345.10 $156,725.40 ADD ALTERNATE NOA APPROX. UNIT UNIT UNIT UNIT ITEM# ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST AAI-1 Barricades,signs,&traffic handling I L.S. $5,000.00 $5,000.00 $2,700.00 $2,700.00 $7,468.30 $7,468.30 $2,500.00 $2,500.00 AAI-2 CMP Invert Repair 40 S,F. $125.00 $5,000.00 539.00 $1,560.00 $48.40 $1,936.00 $20.00 $800.00 AA 1-3 Fill voids around CMP 25 C.F. $216.00 $5,400.00 $128.32 $3,208.00 $77.50 $1,937.50 $75.00 $1,875.00 AA1-4 Lining of CMP(Invert) 1800 S.F. $29.00 $52,200.00 .528.00 $50,400.00 $30.60 $55,080.00 $15.00 $27,000.00 AA 1-5 Trim CMP(approx. I")&seal edges 105 L.F. $65.00 $6,825.00 $12.00 $1,260.00 $38.20 $4,011.00 $35.00 $3,675.00 TOTAL ADD ALTERNATE NO.I: $74,425.00 $59,128.00 1 $70,432.80 $35,850.00 ADD ALTERNATE NO.2 APPROX. UNIT UNIT UNIT UNIT ITEM ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST AA2-1 Barricades,signs,&traffic handling 1 L.S. $8,000.00 $;!,000.00 51,400.00 $1,400.00 $6,833.21:1 $6,83320 $5,000.00 $5,000.00 AA2-2 Lining of CMP(Circumference) 4950 S.F. $29.00 $143,550.00 $35.00 $173,250.00 $30.60 $151,470,00 $20.29 $100,435.50 N/A Add Alt.No. I Items AA 1-2,3,and 5 N/A NIA $17,225.00 1 $6,028.00 $7,884.50 $6,350.00 TOTAL ADD ALTERNATE NO.2: $168,775.00 $180,6'8.00 $166,187.70 $111,785-150 OTHER TOTALS TOTAL BASE BID+ADD ALTERNA'T'E NO.1: $214,704.00 $218,878.00 $263,442.00 $153,750.40 TOTAL BASE BID+ADD ALTERNATE NO.2: $309,054.00 $340,428.00 $359,196.90 $229,685.90 TOTAL ALTERNATE BID+ADD ALT.No. 1: $270,029.00 $270,828.00 $308,777.90 $192,575.40 TOTAL ALTERNATE BID+ADD ALT.NO.2: $364,379.00 $392,378.00 $404,532.80 $268,510.90 Italics and underline(.S,XX,YX. )indicate correction upon tabulation of bids where written unit price differed from unit price figures,or figures were otherwise not correctly entered. Mayor [ouncUnmembers City Manager cnaigmorgan Tammy Young Laurie Hadley Rene Flores nanxLefnnovvoU ~�= RWFU � � ROCK TEXAS wayorPro'Tenv,itoaese City Attorney � /unrEwvmowMsmnAL SERVICES DEPARTMENT vU| peruhan` mr/svmtfie|d Stephan L.sheets J — -- -----'----------------- Mr. Michael Thane, P.E, Director January 3, 2D18 City ofRound Rock Utilities and Environmental Services Department ZOO8Enterprise Drive Round Rock,Texas 7BG64 RE: Parkfield Circle Culvert Rehabilitation Michael, Eight(8) bids were received and opened on December 19,2017 for the Parkfield Circle Culvert Rehabilitation project. This project provides for the construction of a concrete headwall on the upstream end of the culverts under Parkfield Circle that convey the tributary of Dry Branch Tributary 1 running through the Windy Park residential neighborhood south of Gattis School Road and the Clay Madsen Recreation Center.The project also provides for the replacement of concrete rip-rap on the downstream end, and replacement of concrete sidewalk, curb and gutter, and railings necessitated due to the headwall and rip-rap work.The Bid Documents allow the City to select cementitious lining of either the invert orthe full inner circumference of the culverts through the Base Bid or the Alternate Bid,respectively. Furthermore, if desired by the City, the project also allows the City to add invert lining or full-circumferential lining of the culverts at Hampton Lane, which is the next roadway crossing of the aforementioned tributary downstream ofParkfield Circle.Acopy ofthe final tabulation ofbids isattached. As stipulated in the Bid Documents, this project was bid pursuant to Texas Government Code Chapter 22G9which allows the City toconsider: 1) price;2)the bidder's experience;3)the quality of the bidder's goods or services;4)the impact on the ability of the City to comply with rules relating to historically underutilized business; S) the bidder's safety record; 6) the bidder's proposed personnel; 7) whether the bidder's financial capability is appropriate to the size and scope of the project; and 8) any other relevant factor specifically listed in the request for bids. Completion of questionnaire regarding experience, quality, and personnel data was required by each bidder according to the Instructions to Bidders. | recommend that the City award the Alternate Bid plus Add Alternate Bid 1. The Alternate Bid provides for full- circumferential lining of the Parkfield Circle culverts and because it includes the headwall and rip-rap construction, the result will be a permanent rehabilitation solution for the City at this location that should last for many years.Add Alternate Bid l includes invert lining of the culverts at Hampton Lane and the result should be a preventative maintenance solution that the City can monitor for effectiveness over the next several years. The Instructions to Bidders in the Bid Documents included a "Bidder's Experience,Quality and Personnel Data" form that was required to be completed and submitted as part of each bidder"s bid. Attached you will find the forms submitted by the two lowest bidders. Also attached you will find responses received from these bidders when additional information was requested subsequent tothe bid opening. Upon review of the information received from the two lowest bidders, it appears that the second lowest bidder, National Power Rodding Corporation, has significantly more experience in the pipe lining portion of the work than the lowest bidder, Boretex, LLC. I found Mr. Luc Larocque of Boretex, LLC to be friendly,anxious to be considered for the work, and confident that his company would perform the work to the City's satisfaction. However, because it was clear that Boretex, LLC would be receiving on-the-job training so to speak in performance of the pipe lining, I am Page l of CITY OF ROUND ROCK z000Enterprise Drive,Round Rock,Texas 7as64 Utilities Admin:[F]s1z.2la.ssss ^ Environmental services: [p] 51z.21e.sssg not confident that I would be providing our City and City Council the best advice if I recommended Boretex, LLC for the work. Therefore, I believe that National Power Rodding Corporation has submitted the bid that represents the best value for the City when considering the criteria pursuant to Texas Government Code Chapter 2269;and I recommend that the City award the Alternate Bid plus Add Alternate Bid 1 to National Power Rodding Corporation for the Parkfield Circle Culvert Rehabilitation project. The Alternate Bid and Add Alternate Bid 1 submitted by National Power Rodding Corporation were$156,725.40 and$35,850.00, respectively,for a total estimated contract of$192,575.40. r Danny Halden, P.E. City Engineer Page 2 of 2 Exhibit "B" Parkfield Circle Culvert Rehabilitation Bidder's Experience, Quality and Personnel Data 1. Bidder Information: a. Firm name: b. Contact person: 4�,l y,, c. Phone Number(s): -9jo— Q',3 t2,32_ d. Email address: R"17 X L t V e. Mailing address: E '�r'......' 1., __ __. ,u ! 2. Work to be performed by Contractor and/or Subcontractors: a. If your firm listed in 1. above is awarded the Contract, mark the box beside each item below to indicate the portion(s)of the Work that would be performed by personnel under employment by your firm as Contractor: eRemove P.C. concrete slab(riprap) ID Channel excavation 2"'Remove P.C. concrete sidewalk YRemove P.C. concrete curb and gutter C�n � stall P.C. concrete headwall nstall Concrete riprap 93/Install P.C. concrete sidewalk Remove and discard existing railing E Install new railing ffrCMP invert repair L-Fill voids around CMP Lining of CMP El"Ban-icades, signs,and traffic handling El install P.C. concrete curb and gutter b. Would subcontractors be retained to perfon-n portions of the Work? Yes ❑ No ❑ If the answer to the question in 2.b is yes, complete the table below to list the names of any and all Subcontractors and the work that each Subcontractor would perform: Subcontractor firm name Description of work to be performed L e .I-- Page 1of4 PROJECT HISTORY PROJECT ENGINEER 4VYI11ER 1 League Line Road Sewer Line Bleyl&Associates Max Ramirez Service Extension 1t}0 Nugent Street $185,314.00 6002 Jain Lane Conroe,TX,77301 Austin,TX.78721 Start 6/20/2012 Firm No.678 512-775-0811 Completion 9/22/2012 7 Harbison Auto Sale Off-site Leo Fletcher Harbison Water Line)rnprovements 512-762-8300 911 County Road 271 $117,171.18 .._ Start 8/11/2013 Leander,TX.78613 Completion 9/20/2013 3 Brushy Creek M.U.D. Baker Aicklen&Associates, Inc. Brushy Creek M.U.D. Sendero Springs Hike&Bike 507 W.LibertyAve. 1.631$Great Oaks Drive Trail Inprovements Round Rock,Tx.78664 Round Rock,Tx.78681 $105,706.90 Tim Bargainer 512-255-7871 Start 9,/5/203.3 512-2114-9624 Completion 12116/2013 4 Sunfeild M.U.D.Pond S-1 Repair Murfee Engineering Sunfeild M.U.D. 209.25 $74, 1101 Cap.Of Tx.S.D110 3 Greenway Plaza Ste. 2000 Start 12/18/2013 Austin,Tx.78746- Houston,Tx.77046 Completion 12/18/201.3512-327-9204 _ a► 5 Stony Point Wastewater Steger Bizell Bastrop County Collection System Ph.S 1978 S.Austin Ave. 804 Pecan Street Aaron Bastrop.Tx.78602 $1.96,019.00 Georgetown,Tx.78626 Start 11/11/2013 AaLaughlin Jud a Ra Pa e g p Completion 5/30/2014 512-930-9412 512-581-7104 ............ 5 La Casrada Cottages Willis Engineering RJM Contractors,Inc. Escondido 310 Maim Street 3629 Lovell Ave. Marble Falls,Tx.78654 Marble Falls,Tx.78654 Ft.Worth,Tx.75107 $367,195.60 830-693-3566 Start 3/5/2014 Scott Randolph Completion 1/1/2015 7 City Wide Sidewalk Program Baker Aicklen City of Ceder Park Site Improvements Ph.2 P 507 W. Libe Ave. $75,870.43 1435 Main Street Round Rock,Tx.78664 Ceder Park,Tx,78513 Start 8/15/2014 512-244-9620 Tom Cuda Completion 10/15/2014 PROJECT HISTORY PROJECT ENGINEER OWNER 8 Club House Repair at Golf Course In House R)M Contractors, Inc. Escondido 3629 Loveil Ave. Marble Falls,Tx.78654 Ft.Worth,Tx.76107 $82,000.00 Scott Randolph Start 1/1512015 Completion 2/30/2015 9 Williamson Co.1ISiQt ##3Murfee Engineering Williamson Co.Vlmater Sewer City of Round Rock 1101 Cap.Of Tx.S.Ste.110 irrigation and Dranage Emergency Connect Austin,Tx.78746 C/O Ambrust&Brown PLLC Austin,Tx.78701 100 Congress Ave.,Ste. 1300 $164,478.60 Austin,Tx.78701 Start 4/1/2015 Completion 7/31/2015 10 Lazy Nine M.U.D.A-1 11/lalone/Wheeler,Inc. Lary Nine Travis County M.U.O.A-1 Disinfection Improvements 5113 Southwest P k^+y#260 C/O Allen Boone Humpries Austin,Texas 78734 Austin,Tx.78735 1108 Lavaca,Ste.510 $127,159.44 512-217-1655 Austin,Tx.78735 Start 11/15/2015 Completion 4/28/2016 11 City of Pflugerviile Davcar inc. Pfenning Lane Parking Lot and 1010 Land Creek Cove,Ste.200 01-8 E st PecPflugean S Itl1-B East Pecan St. Restroom Facility Austin,Tx.78746 P.O.Box 589 $304,842-85 512-328-4428 l}flugerville,Tx.7$b92 Start 3115/2016 Completion 61/30/2016 512-990-6300 12 Wells Branch M.U.D.Point Murfee Engineering Co.,Inc. Discharge Erosion Control Project 11171 Ca Of Tx.H Wells Branch M.U.Q. Cap. w'.5•D-110 14611 Wells Port Dr. $86,800.00 Austin,Tx_78746 Austin,Tx.78728 Start 6130/16 512-327-9204 512-251-9814 Completion 8/3/2016 13 Travis County M.U.D.No.3 Murfee Engineering Co.,Inc. Travis County M.U.D. Dist.#3 Groundwater Mitigation 1101 Cap.Of Tx.Hwy.S. D-110 CIO Armbrust&Brown,PLLC (Chalk Knoll Drive) Austin,Tx.78746 100 Congress Ave.Ste. 1300 $69,382.53 512-327-9204 Austin,Tx.78701 Start 8/22/2016 Completion 9123/.201+6 Danny Halden From: Linda Winne <winnel@fivestarproducts.com> Sent: Tuesday,January 2, 2018 2:00 PM To: Danny Halden Cc: Boretex LLC;Taylor Daniele; Robert A.Williams;John Winne; Brandon Belcher Subject: RE: Parkfield Circle Culvert Rehabilitation Danny, Happy New Year! I am happy to assist Mr. Larocque with his response to you and the City of Round Rock. He and I have been in communication concerning your below Highlighted requests and I have responded accordingly: Again,your firm did not submit all of the information we were seeking.A few of the most critical items are as follows: 1. What material is your firm proposing for pipe invert repair? 2. What material is your firm proposing for pipe lining? 3. Do the manufacturers of the aforementioned materials have performance records for the materials and do the manufacturers believe the materials are suitable for use in this particular project? 4. Do the manufacturers of the aforementioned materials require certification to use their materials? 5. Who,specifically,will be installing the aforementioned materials and performing the invert repair and pipe lining? Do they have the certifications required?What is their experience? Based on your firm's submittal,we could hardly find anything that provided evidence of your firm's capabilities and experience that we could say would directly relate to our contemplated project. Do you need me to send you a blank copy of Exhibit B that was included with the Instructions to Bidders? Five Star Products Responses to above requests: 1. Five Star Products, Inc.—CentriCast Pipe Repair Mortar System 2. Five Star Products, Inc.—CentriCast Pipe Repair Mortar System 3. Yes, Five Star Products does have performance records for the materials and does believe the materials are suitable for this project/projects 4. Five Star Products, Inc.does not provide "Certification", however our installers are required to be members of our"Star Installer Program"that insures their training by our Firm and Field Support dedicated to their projects in the field. In this situation, Boretex will be trained and supported for this project by Five Star's Taylor Daniele and Field Tech,John Winne. As Boretex is a "new installer"for Five Star,these individuals will be onsite to assist them with your project through completion. I also will be available onsite as project begins to mitigate any problems or issues in the field. Once the project is progressing properly and as planned, I will be available as required and will continue to assist with your project. 5. On Five Star's end of the installation of the CentriCast method, both Taylor Daniele and John Winne are extremely familiar with our product and its installation and have many CentriCast projects and Product Demonstrations to their credit. Listed below are some of the completed 1 CentriCast projects performed and supported by both Taylor and John, as well as contact information for each of those projects if required: • Gulf Coast Water Authority James E.Vanderwater, P.E. 3630 Highway 1765 Texas City,Texas 77591 Cell: 281-687-7270 Email: jvanderwater@gcwater.org Installation of Five Star Products, Inc., Centri-Cast® Pipe Repair Mortar on two 184" Long,72"CMP's and based on a "one inch above corrugation" installation at Gulf Coast Water Authority's Algoa Friendswood site (Project pipe runs under two-lane asphalt road) • Travis County,Texas Steven "Steve"Schiewe, P.E. Road and Bridge Maintenance PO Box 1748 Austin,TX 78767-1748 Phone--512-854-7580 Email: steve.schiewe@co.travis.tx.us Installation of Five Star Products, Inc., Centri-Cast® Pipe Repair Mortar on 40' Long,48" CMP's and based on a "one and 1/2 inch above corrugation" installation at Travis County's Pool Canyon Drive Location (Project Pipe runs under two-lane asphalt road) • Tarrant County,Texas Joe Trammel, P.E.,CFM County Engineer 100 East Weatherford Street Fort Worth,TX 76196-0601 Phone: 817-884-1153 Email: jltrammel@tarrantcounty.com Installation of-Five Star Products, Inc., Centri-CastO Pipe Repair Mortar on 170' Long, 36" CMP and based on a "one and 1/2 inch above corrugation"installation at Tarrant County's Echo Lake Location in Fort Worth,TX(Project Pipe runs from a drainage system starting lake-side, traveling under a 25' earthen berm/active Rail Road Track and draining into an active Creek System. In regard to the support provided by Taylor Daniele/FSP, listed below is Taylor's contact information. Taylor welcomes communication between him and all involved parties and would be happy to discuss this project, Five Star's previous CentriCast projects and to answer any and all questions concerning CentriCast, its installation and our support of the City's considered Contractor— Boretex: Taylor Daniele Field Service Manager Five Star Products, Inc. Cell Phone: 479-256-0847 2 Email: DanieleT@FiveStarProducts.com Thank You and please let me know if you (or anyone receiving this email) have any questions or require any additional information. Best Regards, Linda Winne(Willingham) Southwest Region—TX and OK Five Star Products,Inc. Five Star Marine,Inc. infrastructure:Marine Divisions SW Regional Sales- 713-703-5935 Winnel-raTiveStarProducts.com www.FiveStarProducts.com From: Danny Halden (mailto:dhalden@roundrocktexas.gov] Sent:Thursday, December 28,2017 3:13 PM To: Linda Winne<winnel@fivestarproducts.com> Cc: Boretex LLC<boretex@live.com> Subject: FW: Parkfield Circle Culvert Rehabilitation Linda, Mr. Larocque of Boretex asked me to forward this email correspondence between him and me to you; Mr. Larocque thought you might be able to help with responses to my requests for information; suggest you begin reading with the earliest email of the string below.Thanks. Danny HaIdlen, P.E. City Engineer City of Round Rock Utilities and Environmental Services Department 2008 Enterprise Dr. Round Rock, TX 78664 Tel:512-218-661.0 Fax:512-218-5536 dhalden@roundrocktexas.gov roundrocktexas.gov From: Danny Halden Sent:Thursday, December 28, 2017 11:17 AM To: 'Boretex LLC'<boretex@live.com> Subject: RE: Parkfield Circle Culvert Rehabilitation Mr. Larocque, I tried calling Robert Ferguson with Murfee Engineering; he is out until next week so I left a message for him to call me. 3 Again,your firm did not submit all of the information we were seeking.A few of the most critical items are as follows: 1. What material is your firm proposing for pipe invert repair? 2. What material is your firm proposing for pipe lining? 3. Do the manufacturers of the aforementioned materials have performance records for the materials and do the manufacturers believe the materials are suitable for use in this particular project? 4. Do the manufacturers of the aforementioned materials require certification to use their materials? 5. Who, specifically,will be installing the aforementioned materials and performing the invert repair and pipe lining? Do they have the certifications required?What is their experience? Based on your firms submittal,we could hardly find anything that provided evidence of your firm's capabilities and experience that we could say would directly relate to our contemplated project. Do you need me to send you a blank copy of Exhibit B that was included with the Instructions to Bidders? We have a holiday on Monday(Jan. 1)but I should be in the rest of the week. Because of the City's processes, I am running out of time to be able to get this project to our City Council in January. Danny Halden, P.E. City Engineer City of Round Rock Utilities and Environmental Services Department 2008 Enterprise Dr. Round Rock, TX 78664 Tel:51.2-21.8-66101 Fax: 512-218-5536 dhalden@roundrocktexas.gov From: Boretex LLC [mailto:boretex@live.com] Sent:Thursday, December 28, 2017 7:13 AM To: Danny Halden<dhalden roundrocktexas.gpv> Subject: RE: Parkfield Circle Culvert Rehabilitation Mr, Halden, Thank you for this information I will be in Austin On the 1-3-2018 around 11:30 am they is anyway for me to visit you at your office around 2:00 pm that day so I could fix those issue and make sure this time every thing are take care of it?We know we have qualification for this job if you look under qualification statement reference Murfee eng... we did lots of this type of work Robert Ferguson will be the one to talk to or some other engineer firm. Let me know as soon is possible so I can fix those issue. Thank you for your time and consideration. Luc Larocque 830-385-1838 Sent from Mail for Windows 10 From:Danny Halden Sent:Wednesday, December 27,201712:25 PM 4 To: Boretex LLC Subject: Parkfield Circle Culvert Rehabilitation Mr. Larocque, Thank you for your firm's recent bid submission for the above referenced City of Round Rock project. We are still evaluating all bids received, and I am in the process of developing a recommendation for our City Council to assist the Council in its consideration of an award of a contract for the project which is anticipated to occur in January(2018). 1 haven't made a final decision,but at this point I am leaning toward recommending award of either the Alternate Bid (includes entire pipe lining at Parkfield Circle) plus Add Alternate No. 1 (includes only pipe invert lining at Hampton Lane),or the Alternate Bid plus Add Alternate No.2 (includes entire pipe lining at Hampton Lane). A copy of the final bid tabulation is attached. You will notice that the bid tabulation reflects totals for the Alternate Bid and Add Alternate Bid 2 that differ from the respective totals shown on the Bid Form submitted by your firm. It appears that your firm did not include the applicable Base Bid items as part of the Alternate Bid and the applicable Add Alternate Bid 1 items as part of the Add Alternate Bid 2 when your firm calculated the totals. At this time, we are requesting further written information from your firm regarding the following items: 1. Exhibit B(questionnaire in the Instructions to Bidders)submitted by your firm with its bid was incomplete. Responses to items 2 b.on page 1 of 4 and all following items on pages 2,3, and 4 of 4 need to be provided. 2. In Section III 7 of Attachment A to the Technical Specifications in Section 01000 of the Project Manual it is stated: "Where the Owner has selected "Lining of CMP(Entire Circumference)".... The liner material shall be installed to a thickness recommended by the manufacturer,and in no case less than 1%-inches above the peak of the corrugations...." Does your firm's bids for "Lining of CMP (Entire Circumference)" in items A-1 of the Alternate Bid and AA2-2 of the Add Alternate Bid 2 provide for application of the liner material to a minimum of 1%Z-inches above the peak of the corrugations or to a thickness recommended by the manufacturer,whichever is greater? It is requested that your firm provides satisfactory responses to the items above as soon as possible; but the responses must be provided not later than noon on January 3, 2018. We appreciate your interest in and attention to this project. Please contact me if you have questions or require assistance. Danny Hrrlden, P.E. City Engineer City of Round Rock Utilities and Environmental Services Department 2008 Enterprise Dr. Round:Rock, TX 78664 Tel:512-218-6610 Fax:512-218-5536 dhalden@roundrocktexas.gov s Linda Winne Sales Representative Five Star Products, Inc. 60 Parrott Drive Shelton, CT 06484-4733 Celi:(713) 703-5935 winnel@fivestarproducts.com www.FiveStarProducts.com NOTICE:This email and/or attachments may contain confidential or proprietary information which may be legally privileged. It is intended only for the named recipient(s). If an addressing or transmission error has misdirected this email, please notify the author by replying to this message. 6 Exhibit "B" Parkfield Circle Culvert Rehabilitation Bidder's Experience, Quality and Personnel Data 1. Bidder Information: a. Firm name: National Power Rodding Corp. b. Contact person: Fabian R. Castel, vice President c. Phone Number(s): 512-928-1420 or 312-907--0669 d. Email address: office@nationalpowerroddi .com e. mailing address: 9 810 FM 969 Austin, TX 78724 2. Work to be performed by Contractor and/or Subcontractors: a. If your firm listed in 1. above is awarded the Contract, mark the box beside each item below to indicate the portion(s)of the Work that would be performed by personnel under employment by your firm as Contractor: ❑ Remove P.C. concrete slab(riprap) ❑ Channel excavation ❑ Remove P.C. concrete sidewalk ❑ Remove P.C. concrete curb and gutter ❑ Install P.C. concrete headwall ❑ Install Concrete riprap ❑ Install P.C. concrete sidewalk ❑ Remove and discard existing railing ❑ Install new railing ® CMP invert repair ❑ Fill voids around CMP lJ Lining of CMP ® Barricades,signs, and traffic handling ❑ Install P.C. concrete curb and gutter b. Would subcontractors be retained to perform portions of the Work? Yes ® No ❑ If the answer to the question in 2.b is yes, complete the table below to list the names of any and all Subcontractors and the work that each Subcontractor would perform: Subcontractor firm name Description of work to be performed D Guerra Construction All items above not checked. Page 1 of 4 3. Materials: a. Provide a listing of materials that would be incorporated into the Work in accordance with the table below: Item of Work Material product name Material manufacturer CMP invert repair Cemtec Rapid Cure Vertical Grade AW Cook Cement Permacast PL-8000 Lining of CMP pipe Lining Mortar AP/M Permaform b. Have the materials listed above been successfully used in repair and lining of corrugated metal pipe(CMP) under conditions similar to those that will be present in this project? Yes IN No ❑ c. If the answer to the question in 3.b is yes, have the materials been in place for at least two years without significant deterioration and/or failure? Yes © No ❑ d. If the answer to the question in 3.c is yes, attach documentation at the end of this form from the materials manufacturer substantiating the performance record of the materials; include appropriate specifics such as date of installation, length of pipe lined,pipe size, pipe material, lining material applied, and pipe owner, including the owner's location and contact information. e. Does the manufacturer believe that if the culvert lining material is applied in accordance with its recommendations, the material will be suitable for lining just the pipe invert to a thickness of%2" to 3/a" above the peaks of pipe corrugations in lieu of lining the entire pipe circumference to a thickness recommended by the manufacturer? Yes E No ❑ f. If the answer to the question in 3.e is yes, attach documentation at the end of this fonn from the manufacturer regarding the question in 3.e above. 4. Experience a. Is certification required by the manufacturer to use and install the materials listed in 3.a above? Yes ® No ❑ Page 2 of 4 b. If the answer to the question in 4.a is yes,in the table below,provide the information for the person(s) that have obtained the certification and would be using and installing the materials: Name Finn Name of manufacturer Date providing certification Certified Fabian R. Castel National Power Rodding Corp. AP/M Perma orm 9/2-c/16 Jesus Valladares National Power Rodding Corp. AP/M Perma orm 9/2c-/16 c. Would a qualified supervisor with a minimum of two years field experience with lining pipes similar in nature to the pipes being lined under the Contract and a thorough knowledge of all aspects of the equipment, operations, procedures, safety, and quality control measures associated with installing the liner material, be employed for the performance of the CMP invert repair and lining of CMP portions of the Work? Yes 9 No ❑ d. If the answer to the question in 4.c is yes, list the qualified supervisor and his/her length of experience below: Qualified Supervisor Name Firm Years of experience performing CMP invert repair and lining Jesus Valladares National Power Rodding Corp. 13 e. Would field technicians which are properly trained and have a minimum of one-year field experience and a thorough knowledge of the specific aspects of their tasks, including safety and quality control measures, be employed in the performance of the CMP invert repair and lining of CMP portions of the Work? Yes ® No ❑ f. If the answer to the question in 4.e is yes, list the field technicians and their length of experience below: Technician Name Firm Years of experience performing CMP invert re air and linin Tim Rodriguez National Power Roddi g Corp. 10 Matthew Trevino National Power Rodding Corp. 2 Page 3 of 4 g. Describe the experience of your firm and the subcontractors listed in 2.b above, if any, below. List relevant experience regarding work performed in the past by your firm and each subcontractor that corresponds to portions of the Work for this project that will be performed by your firm and each subcontractor. The experience descriptions should include but not be limited to the following information: firm name performing work, owner's name and contact information, type of work performed, date of work completion, and approximate cost of the work performed; the experience descriptions may be attached as separate sheets at the end of this form if desired. SEE ATTACHED Page 4of4 zI I 7�_ CENTRI PIPE" wo Another trenchless solution by AP/M PERAOR References City of Westlake,OH Type:Riveted Steel Pipe Sanitary Sewer Project Diameter:60" Project of the Year Runner-up;NO DIG Length: 310 LF Robert Kelly, P.E.;(440)617-4145 Year Completed:2013 James Smolik, P.E.;(440)617-4145 Type: RCP Sewer FL DOT Diameter: 30",48", and 54" SR 16 at Penny Farms Length:4000 LF Bob Kosoy;(904)360-5222 Year Completed:2009 Type: Bolted multi-plate pipe Diameter: 156" County of Clayton, GA Year Completed:2010 Clayton Parkway-1702 Forest Parkway Culvert Visual Inspection:2016 Rehabilitation Strain Gauge Testing:2017—excellent results Terry Moy; (770)960-3614 Type:CMP PA DOT Diameter: 66" Bureau of Maintenance&Operations Length:225 LF Asset Management Division-Materials&Innovations Section Year Completed:2012 Larry Ligon(717)783-5075 City of Warner Robins, GA PA DOT Storm Water Rehabilitation Maintenance District 1240 Krag Woodyard; (478)538-4596 Susan Howard (724)226-4480 Type:CMP Squashed Pipe NJ Turnpike Authority Year Completed:2010 Garden State Parkway Michael Baker&Assoc. MN DOT Nichole Kahn PhD.(609)807-9503 SR 61 Ruth Belcher, P.E.; (507)398-6612 NY DOT Type:CMP Brian Carmody PE Diameter: 36" Culverts and Materials Length:80 LF (518)457-4571 Year Completed:2010 NJ DOT City of Hilton Head,SC Roy Neumann 5-Year Multi-Pipe Project Director of Drainage and maintenance Cary Gaffney; (843)341-4773 (609)530-2974 Type:CMP Diameter: 30"—96" UT DOT Length:Various Jim McConnell Year Completed:2011 (Pilot) Hydraulics Engineer Region 4 (435)865-5505 OR DOT Mt Hood Project UT DOT Hydraulics Engineer Lief Condie Dan Gunther(503)731-8299 Maintenance Director City of Troy, NY (435)865-5566 Tomhannock Reservoir Rehabilitation Bill Friers,CDM Smith;(518)782-4523 Jared Gross, CDM Smith;(518)7824523 APfM CENTRIPIPE PO Box 555+Johnston, lA 50131 IDSA 515-276-9610 , 515-276-1274 FAX - 800-662-6465 Tall Free - www.centripipe.com NATIONAL POWER RODDING CORP. The Environmental Protection Specialists r 2500 W.Arthington Street • Chicago,IL.60612-4108 9 312-666-7700 • Fax:312-666-5810 RESUME WILLIAM T.KREIDLER William Kreidler graduated in 1991 with a bachelor degree in Accounting from the University of Illinois, Chicago. He obtained his CPA certificate in May 1991 and worked in public accounting for five years before joining National Power Rodding Corporation. Since joining National Power Rodding Corp., Bill has worked on streamlining operations and developing new and innovative approaches to project management. In addition to his responsibilities at National Power Rodding Corp., he became President to our sister company, Select Environmental Services, Inc. in Florida in 2009. General Manager 1995-1997 Vice President 1997-2014 President 2014-Present Responsible for: • Project Oversight • Contract Expedition • Sales • Human Resources • Administration • Finance • Working directly with government,engineering firms and contractors to ensure successful and timely completion of contracts. Recent projects include: City of Austin Wastewater Line Relay and Spot Repair $10,400,000 Responsibilities including planning and overseeing contract according to deadlines and within budget, including acquiring resources and coordinating the efforts of City and superintendent and subcontractors and consultants in order to deliver project according to plan. Overseeing quality control throughout contract. This contract included wastewater line repairs and installations and adjustments of new manholes. City of Austin Annual Service Agreement for Manhole Rehab $7,600,000 Responsibilities including planning and overseeing contract according to deadlines and within budget, including acquiring resources and coordinating the efforts of City and superintendent and subcontractors and consultants in order to deliver project in accordance with contract specifications. Overseeing quality control throughout contract. This 3- year contract included manhole rehabilitation and grouting. Page 1 of 2 A CARYLON COMPANY City of Chicago Cleaning and Televising $7,200,000 Responsibilities including planning and overseeing contract according to deadlines and within budget, including acquiring resources and coordinating the efforts of superintendent and subcontractors and consultants in order to deliver project in accordance with contract specifications. Overseeing quality control throughout contract. This citywide contract included cleaning and televising sewer lines and lateral connections and dye testing. Northeast Ohio Regional Sewer District Easterly Dist.Hydraulic Improvement Contract $2,900,000 Responsibilities including planning and overseeing contract according to deadlines and within budget, including acquiring resources and coordinating the efforts of Engineers, superintendent and subcontractors and consultants in order to deliver project in accordance with contract specifications. Overseeing quality control throughout contract. This contract located in Cleveland, OH included catch basin and interceptor sewer cleaning, including removal of roots and mineral deposits. Northeast Ohio Regional Sewer District Manhole Rehabilitation Contract $1,300,000 Responsibilities including planning and overseeing contract according to deadlines and within budget, including acquiring resources and coordinating the efforts of Engineers, superintendent and subcontractors and consultants in order to deliver project in accordance with contract specifications. Overseeing quality control throughout contract. This contract located in Cleveland, OH included manhole rehabilitation with epoxy and cement. Gary Sanitary District Large Dia. Sewer Cleaning & Televising $61000,000 Responsibilities including planning and overseeing contract according to deadlines and within budget, including acquiring resources and coordinating the efforts of Engineers, superintendent and subcontractors and consultants in order to deliver project in accordance with contract specifications. Overseeing quality control throughout contract. This 5-year contract located in Gary, IN included cleaning, bypass pumping and televising 20" -- 132" sewers, including box sewers. Certification.,VTraining: City of Chicago Sewer and Drain License State of Illinois Commercial Pesticide Applicator State of Florida Certified Underground Utility&Excavation Contractor Page 2 of 2 NATIONAL POWER RODDING CORP. The Environmental Protection Specialists 9810 FM 969 • Austin,TX 78724 • 512-928-1420 • Fax:800-694-6944 RESUME Fabian R.Castel Vice President 2016-Present Project Manager 1996-2016 Duties: Responsible for supervision of multiple crews, including manhole rehabilitation, cleaning and televising of sewer systems, manhole adjustments and sewer repair. Responsible for large manhole rehabilitation and adjustment contracts. Manager of subcontractors and customers for Texas division. Also responsible for supervising training and quality control of all rehabilitation and repair projects. Certifications 40 Hr Hazwoper 10 Hr Construction NPRC Training Program-Confined Space Training/MSDS Hazardous Communication,Fall Protection, Lock out/Tag Out, Respiratory Protection, PPE,Hearing Conservation Trench Safety Competent Person Partial list of Projects References: City of Corpus Christi City-Wide Collection System In progress 1201 Leopard St. Replacement&Rehab Corpus Christi,TX 78401 ID/IQ Procurement, Project No. E 12161 Temple Williamson, 361-816-4320 Eric Gasper, LNV Engineering, 361-883-1984,Fax: 361-883-1986 egasper@lnvinc.com Clear Lake City Water Authority Storm Sewer Phase 22 Rehab May-13 900 Bay Area Blvd. LAN Project#120-11546-000-600(1.01) Houston, TX 77058 Brian Edwards, LAN , 713-821-0336,Fax: 713-266-2089 btedwardsC@.lan-inc.com City of Georgetown,TX EARZ VIII Wastewater Rehab Jul-13 113 E. 8th St. Georgetown,TX 78626 Michael Newman,KPA Engineers: 512-819-9478,Fax: 254-773-6667 mnewman@kpaen.gineers.com A CARYLON COMPANY NATIONAL POWER RODDING CORP. The Environmental Protection Specialists 2500 W.Arthington Street • Chicago,IL 60612-4108 • 312--666-7700 • Fax:312-666-5810 RESUME Reid W.Ruprecht Secretary 2014-Present Project Manager 2009-2014 Duties Responsible for field operations on cleaning and televising projects,manages production, schedules,works directly with customers' project managers. Certifications 40 Hr Hazwoper 10 Hr Construction NPRC Training Program-Confined Space Training/MSDS Hazardous Communication, Fall Protection,Lock out/Tag Out, Respiratory.Protection,Personal Protective Equipment, Hearing Conservation Education B.E.—Eastern IL University Graduate 2003 Partial List of Projects: Illinois State Toll Hwy Authority Illinois State Toll Hwy Authority Contract RR-14-4176 Contract R.R-14-5702 Clean and TV Drainage Structures Clean and TV Drainage Structures Illinois State Toll Hwy Authority HDR Engineers Contract RR-15-5709 I-90 Expressway Clean and TV Drainage Structures Clean and TV Storm Sewers Walsh Construction Plote Construction IDOT Contract#60W71 Various Locations for IDOT Sewer Cleaning and Televising Catch Basin Cleaning Cleaning of Storm Sewers Tetra Tech Waukegan,IL Arcadis U.S.,Inc. PCB Removal from Sewers Milwaukee, WI PCB Removal from Sewers AMEC Environmental&Infrastructure, Inc. Cicero, IL PCB Removal from Sewers A CARYLON COMPANY National Power Rodding Corporation Y 9810 FA1969 Austin,TX 78724 Tel,800411-4342 Fx.800-694-4944 ��,,, olt' nationnluowerocictina.ram .Specializing in today's nreds Jnr rnvirannrrntat protection Customer Contact Project Name Completed Amount New Braunfels Utilities Sangerhalle Sewer Lift Station In Progress $ 250,000.00 263 E.Main Plaza Wet Wcll Coating Project New Braunfels.TX 78130 Shawn Schom,830-608.8972 San Antonio Water System SAWS C_13 Broadway Corridor Oct-I7 S 380,000 Ol# c SAK Construction(General Contractor Scuer Rehab,Packages 2,C&4.t 864 Hoff Rd. SAK Job#16139 07'allun,MO 63366 Brian Ackerman,602-320-5081 600 VF hc3CscRsm s3ci2�$akCpn�,,com City of Corpus Christi City-Wide Collection Sysicm Jun-17 $11M )201 Leopard St. Replacement&Rehab Corpus Christi,TX 78401 ID.IQ Procurement,Project No.El 2161 Temple Williamson,361.816-4320 Eric Gusper,LNV Engineering,361-883-1984,Fax:361-883-1986 agaspor e2ltivirnc.com, Son Antonio Water System(SAWS) 2016.annual Sanitary Sewer In Progress s 1.8M 2800 US Highway 281 North :tfunhole el4jurtment Rehabilitation San Antonio,TX 78212 and Replacement Construction Renee Ybarra,210-233-3643 Package 1,Job Nos.14.0113&16 1403 e n.Ytiurr�sa�ws,2r9 Solicitation No CD•C•16-013-SM City or Waco 2015.010 WMARSS Manhole Mar-16 S 401,000.00 c o Walker Partners Rehabilitation Protect 600 Austin Ave.,Suite 20 Waco,TX 76701 Jacob Ilinson.254-714-1402 Clear Lake City Water Authority Storm Sewer P}tax 1'2 Rehabilitation May-13 5 176,000.00 900 Say Area Blvd. LAN Prgicct#I20-11546-000-600(1,01) Houston,TX 77058 Brun Edwards.LAN.713-821.0336,Fax:713-266-2089 btcs w rd,f"•fad, n."tru:.c,gym Clear Lake City Water Authority Storm Sewer Phase 20 Rchabilitatiot Aug-12 S 240,(100.00 900 Bay Area Blvd, LAN Project#120.11380.000-600(1..01) Houston,TX 77058 Brian Edwards,LAN,713.8214)336.Fax:713-266-2089 tat�rds allan-inc.c9m City orCeargetown,TX FARZ1'1111i'astrituterRehab Jul-13 S 700,000.00 113 E 8th St, Georgetown,TX 78626 Michael Newman,KPA Engineem 512-819-9478,Fax 254-773-6667 mnewmamdS kpaenaina9rs.rxom Quail Valley Utility tNstrict Itchabilitation of Various Oct-12 S 40,000 00 Lower Colorado River Authority(LORA) Buchanan F-lecatrd li'atrt-Storage S 120,290.UU 3700 Lok.:Ausrn Blvd. Storage Tank Austin,TX 78703 Elaine Garcia,512-397-67.12,Email Elaine Garcia-a;lcrn urg City of Austin ii'artruater Linc Relay Nov-)I S 16,400,000-00 2600 Webervillc Road and Spot Repair Ausun,'r:X 78701 Michael Russ,P.E:512-972-2054 or 512-699-0103 iTttGiklt;i.ft1S5((Ci,atlSlln.lx.t1S San Antonio Water System(SAWS) 200.9.4nnual Sanitary Seam 1.6-10 S 700,000.00 2800 US Highway 281 North :train Point Repair and,tfanhale San Antonio,Tx 78212 :(cljusiment Cantrac t,Centrad No C-09-023-CAl Jeff Andrews,210-233-3291 1813.a ndrowsoc�s_iws,crq City of Austin Annual Service Agrrement 4 yeas, S 7,600,000 00 2600 Webcrvilic Road fr:rAfanhole Rehabilitation Austin,TX 78701 Michael Russ,P.E.:512-972-2054 or 512-699-0103 michaei.russpci.aus(ln.tx.us City of Austin Canterbury,fflghway&BerLstrum 2 Yxarn 55,000,000,00 2600 Webcrville Road Sites Shafts and Laterals Repair Austin,TX 78701 George Jackson,512-974-7197 mm e.WcksvnA)ou§bntex.aov Danny Halden From: Fabian Castel <FCastel@nationalpowerrodding.com> Sent: Tuesday,January 2, 2018 4:15 PM To: Danny Halden; Destiny Camargo Resendez Cc: Bill Kreidler Subject: RE: Parkfield Circle Culvert Rehabilitation Attachments: AP Permaform Letter Invert.pdf;AP Permaform Letter Compatibility.pdf Danny, Attached are the letters from Van Young with AP/M Permaform concerning cement compatibility and Invert only lining of your email. In regards to the thickness of the CMP lining material, NPR's price reflects the thickness of 1.5" inches over the peak of the corrugation for the entire pipe rehabilitation.The manufacturer of AP/M Permaform gave me a rough estimate before the bid that was close but said in order to get a engineers load thickness he would need to come out and take measurements throughout the pipe,the amount of coverage over each pipe,and the type of pavement over the CMP pipe. Fabian Castel Vice President NATIONAL POWER RODDING CORP. 9810 FM 969 Austin,TX 78724 mobile:(312)907-0669 office: (512)928-1420 email: FCastelftnationalpowerroddinq_com national powerrodding.com A Carylon Company CONFIDENTIALITY NOTICE This e-mail is confidential if you are not the intended recipient of this e-mail,please contact the sender immediately and do not use or disclose the contents of this e-mail for any purposes. Please consider the environment before printing this email. From: Danny Halden [mailto:dhalden@roundrocktexas.gov] Sent:Wednesday, December 27, 2017 11:25 AM To: Fabian Castel<FCastel@nationalpowerrodding.com>; Destiny Camargo Resendez <dresendez@nationalpowerrodding.com> Subject: Parkfield Circle Culvert Rehabilitation Mr.Castel, 1 Thank you for your firm's recent bid submission for the above referenced City of Round Rock project. We are still evaluating all bids received,and I am in the process of developing a recommendation for our City Council to assist the Council in its consideration of an award of a contract for the project which is anticipated to occur in January(2018). 1 haven't made a final decision, but at this point I am leaning toward recommending award of either the Alternate Bid (includes entire pipe lining at Parkfield Circle) plus Add Alternate No. 1(includes only pipe invert lining at Hampton Lane),or the Alternate Bid plus Add Alternate No. 2 (includes entire pipe lining at Hampton Lane). A copy of the final bid tabulation is attached. We recently asked about your firm's intent for the unit price for Base Bid Item 5 (P.C. concrete headwall) and we subsequently received an electronic written clarification from you on December 21,2017. At this time, we are requesting further written information from your firm regarding the following items: 1. For item 3 a.on page 2 of 4 of Exhibit B(questionnaire in the Instructions to Bidders), please provide documentation from the material manufacturer(s)that, if applied,the Cemtec Rapid Cure material is compatible with and will perform satisfactorily with the Permacast PL-8000 liner material if all materials are installed in accordance with manufacturers' recommendations. 2. With regard to your firm's response to item 3 f. on pages 2 of 4 of Exhibit B, please provide documentation that the liner material manufacturer believes that the liner material will be suitable for lining just the pipe invert to a thickness of%2"to 3/" above the peaks of pipe corrugations in lieu of lining the entire circumference. 3. In Section 1117 of Attachment A to the Technical Specifications in Section 01000 of the Project Manual it is stated: "Where the Owner has selected "Lining of CMP(Entire Circumference)".... The liner material shall be installed to a thickness recommended by the manufacturer,and in no case less than 1%2-inches above the peak of the corrugations...." Does your firm's bids for "Lining of CMP(Entire Circumference)" in items A-1 of the Alternate Bid and AA2-2 of the Add Alternate Bid 2 provide for application of the liner material to a minimum of 1'/2-inches above the peak of the corrugations or to a thickness recommended by the manufacturer,whichever is greater? It is requested that your firm provides satisfactory responses to the items above as soon as possible; but the responses must be provided not later than noon on January 3, 2018. We appreciate your interest in and attention to this project. Please contact me if you have questions or require assistance. Lanny Holden, P.E. City Engineer City of Round Pock Utilities and Environmental Services Department 2008 Enterprise Dr. Round Rock, TX 78664 Tel:512-218-661.0 Fax:512--218-5536 dhalden@roundrocktexas.gov AP/M PERMAFORM the trenchless solutions company January 2, 2018 Mr. Fabian Castel National Power Rodding Corp. 9810 FM 969 Austin, Texas 78724 RE: Partial Linings Fabian, In response to your question concerning the lining of inverts only with AP/M's PL-8,000. I have no problem with this application, inverts are all most always the first part of CMP that begins to corrode, therefore our applicators perform this type of work routinely. Please assure that the lining is a minimum of 11211 above the corrugation, or any bolt heads that may be protruding from the corrugation. If you have any questions, please contact this office. Kind Regards, Van Young Regional Manager AP/1111 Permaform Spring, Texas 832-609-8746 Copies file npr010218a AP/M PERMAFORM the trenchless solutions company January 2, 2018 Mr. Fabian Castel National Power Rodding Corp. 9810 FM 969 Austin, Texas 78724 RE; Material Compatibility Fabian, In response to your question concerning the use of Cemtec Rapid Cure material in conjunction with AP/M's PL-8,000. The only stipulation I would ask for in approving this, is that the Cemtec material be allowed to cure completely before applying the PL-8,000 lining material. If you have any questions, please contact this office. Kind Regards, .J� r Van Young Regional Manager AP/M Permaform Spring, Texas 832-609-8746 Copies file npr010218 I CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 i 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. 2018-298945 National Power Rodding Corp. Chicago,IL United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/05/2018 being filed. City of Round Rock 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 services,goods,or other property to be provided under the contract. Parkfield Circle Culvert Reha Construction of concrete headwall at the upstream end of the culvert,lining of culvert inverts,removal and replacement of concrete riprap at the upstream and downstream ends of the culvert,etc. 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Carylon Corporation Chicago, IL United States X Kreidler,William Chicago, IL United States X Castel,Fabian Chicago, IL United States X Ruprecht,Reid Chicago, IL United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is William T.Kreidler 12/9/1967 and my date of birth is My address is 2500 W.Arthington St. Chicago IL 60612 USA. (street) (city) (state) (zip code) (country) declare under penalty of perjury that the foregoing is true and correct. Executed in Cook County, State of Illinois on the day anUary 20 1$ (month) (year) If Signature authorizreaclarant) gent of contracting business entity William T.Kreidler,President Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1,0,3337 CERTIFICATE OF INTERESTED PARTIES FORM 3.295 1 of 1 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. 2018-298945 National Power Rodding Corp. Chicago, IL United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/05/2018 being filed. City of Round Rock Date Acknowledged: 01/05/2018 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. Parkfield Circle Culvert Reha Construction of concrete headwall at the upstream end of the culvert,lining of culvert inverts, removal and replacement of concrete riprap at the upstream and downstream ends of the culvert, etc. 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Carylon Corporation Chicago, IL United States X Kreidler,William Chicago, IL United States X Castel, Fabian Chicago, IL United States X Ruprecht, Reid Chicago, IL United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337