Loading...
Contract - Chasco Constructors - 3/22/2018 LJ nCity 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 AGREEMENT made as of th (2Z�d" ay of in theyear 20_[T!� BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 -) and the Contractor Chasco Constructors LTD,LLP ("Contractor") P.O.Box 1057 Round Rock,TX 78680 The Project is described as: Ryan's Crossing Drainage Outfall Improvements __J The Engineer is: Freese and Nichols,Inc. 10431 Morado Circle,Building 5, Suite 300 Austin,Texas 78759 512-255-9341 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 lindicated in the Contract Documents to be the responsibility of others. J 00500 4-2016 Pagel of 5 Standard Form of Agreement 00307791 ' ARTICLE 3 DATE OF COMMENCEMENT; DATE OF SUBSTANTIAL COMPLETION; DATE OF FINAL COMPLETION 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. 1 3.3 Contractor shall commence Work within ten (10 ) calendar days from 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 Agreement no later than N/A (N/A )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than forty-five 45 ) calendar days from issuance by Owner of Notice to Proceed, subject to adjustments of this Contract Time as provided in the Contract Documents. ' 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 in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of one thousand and No/100 Dollars($ 1000 ) 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 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 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 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 sixty (60 )calendar 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 One Hundred Ninety One Thousand Eight Hundred Ninety Five Dollars and Zero cents. ($ 191,895.00 ),subject to additions and deductions as provided in the Contract Documents. j 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No X . Yes .If yes,please provide details below: 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 F, n ARTICLE 5 PAYMENTS JI 5.1 PROGRESS PAYMENTS 7 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 J 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. f J 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: JI .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 City of Round Rock General Conditions. 00500 4-2016 Page 3 of 5 Standard Fonn of Agreement 00307791 L J 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General J Conditions. n ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 11 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 Cit of Round Rock Texas Standard Form of Agreement g Y � g 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 January 2018 7.1.4 The Specifications are those contained in the Project Manual dated January 2018 7.1.5 The Drawings, if any,are those contained in the Project Manual dated January 2018 7.1.6 The Insurance&Construction Bond Fonns of the Contract are those contained in the Project Manual dated January 2018 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form, and Addenda, if any,are those contained in the Project Manual dated January 2018 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: N/A 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: Federico Sanchez,P.E.,CFM 2008 Enterprise Drive Round Rock,Texas 78664 j fsanchez a,roundrocktexas.Qov(512)218-6609 J 8.3 Contractor's representative is: Cory Westfall P.O.Box 1057 Round Rock,TX 78680 cory(a,chasco.com (512)244-0600 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 Foran of Agreement 00307791 Il lJ 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 fiends shall render this Agreement null and void to the extent finds 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 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 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 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. 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 Contract,and the remainder to Owner. -� OWNER CONTRACTOR CITY OFR UND ROCK,TEXAS Chasco ns c rs LTD,LLP Printed Name AiRAON4Printed Name: C arles King Title VF—" Title: Vice President 2 h, Date Signed: )' `7� Date Signed: 03/15/2018 J ATTEST: —Qskt - M ftb�-- City Clerk FOR ,APPROVED AS TO FORM: 1 City Atto ey 00500 4-2016 Page 5 of 5 Standard Form of Agreement 0030,"l 11 Bond #585211317 PERFORMANCE BOND THE STATE OF TEXAS § -� § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § I� That Chasco Constructors l of the City of Round Rock County of Williamson , and State of Texas , as Principal, and Liberty Mutual Insurance Company 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 One Thousand Eight Hundred Ninety Five & no/100---- Dollars ($ 191,095.00 ) 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: l WHEREAS, the Principal has entered into certain written Agreement with the Owner dated the ;Zaf"A-- day of N' , 201 to which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length I`_a herein consisting of: Ryan's Crossing Drainage Outfall Improvements 1 (Name of the Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said 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 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 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; 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. Page 1 00610 7-2009 Performance Bond 1 00090656 1 J 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 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 March , 20 18 . Chasco Constructors Liberty Mutual Insurance Company Principal Surety C' lot./_ Robert James Nitsche Printed ►o a / Printed Na.- By: Ad B �, Title: ����' Title: Attorney- -fact Address: 2801 . Old Settlers Blvd Address:143 E.Austin Round Rock, TX 78665 Giddings,TX 78942 Reside t Agent f Surety: Signature Robert Ja es Nitsche Printed Name 143 E. Austin Street Address Giddings, TX 78942 City, State &Zip Code j J J Page 2 00610 7-2009 Performance Bond 00090656 11 tl PAYMENT BOND Bond#58S211317 (� THE STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Chasco Constructors of the City of Round Rock County of Williamson , and State of Texas as Principal, and Liberty Mutual Insurance Company 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, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of One Hundred Ninety One Thousand Eight Hundred Ninety Five&no/100------- Dollars ($ 191,895.00 ) for the payment whereof, well and truly 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 Pri cipal has entered into a certain written Agreement with the Owner, dated the Z�i''�I� day of 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 herein consisting of. Ryan's Crossing Drainage Outfall Improvements (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 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. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, i 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. J Page 1 00620 7-2009 Payment Bond 00090656 ll PAYMENT BOND continued 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 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 addition 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 1 st day of March , 20 18 . Chasco Constructors Liberty Mutual Insurance Company Prlt�� ,� Surety �1�� (� Robert James Nitsche Printed Name Printed Name - By: By: — C� Title: es.; -r Title: Attorney n-fact Address: 2801 E. Old Settlers Blvd Address:143 E. ustin Round Rock, TX 78665 Giddings,TX 78942 Resident Agent of Surety: Signature Robert Jam Nitsche Printed Name 143 E. Austin Street Address Giddings,TX 78942 10 i J Page 2 00620 7-2009 Payment Bond 00090656 Client#: 10288 CHASCCON1 ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 3/14/2018 l ' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Hinze The Nitsche GroupPHONE FAx A/c,No,Ext):979-540-2240 A/C,No): 143 East Austin E-MAIL ss: joyceh@thenitschegroup.com Giddings,TX 78942-3299 INSURER(S)AFFORDING COVERAGE NAIC# 979 542-3666 INSURER A:Liberty Insurance Corporation 42404 INSURED Chasco Constructors, LTD., LLP INSURER B;Liberty Mutual Fire Insurance Company 23035 P.O. Box 1057 INSURER C: INSURER D: Round Rock,TX 78680 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP 1 LTR INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS II{ A X COMMERCIAL GENERAL LIABILITY TB7Z91463740028 3/09/2018 03/09/2019 EACH OCCURRENCE $1,000,000 1 CLAIMS-MADE �OCCUR PREMISES(Ea RENTED ) $100,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY� PRO- LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY AS2Z91463740018 3/09/2018 03/09/201 COMBINED SINGLE LIMIT Ea accident $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED X X PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ $ A X UMBRELLA LIAB X OCCUR TH7Z91463740048 3/09/2018 03109/2019 EACH OCCURRENCE $510005000 EXCESS LIAB CLAIMS-MADE AGGREGATE s5,000,000 DED I X RETENTION$10000 $ B WORKERS COMPENSATION WC2Z91463740038 3/09/2018 03/09/201 X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N OFFICER/MEMBEREXCLUDED? � N/A E.L.EACH ACCIDENT $1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Job: Ryan's y s Crossing As per policy provision,Certificate Holder is listed as additional insured in regard to the auto and general liability policies as provided by blanket additional insured endorsement when required by written contract. General liability,auto and workers compensation policies include(s)a 30 Days Notice of Cancellation (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Round Rock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221 E. Main St. Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S749306/M747512 066 . Competitive Sealed Proposal Rankings for: Ryan's Crossing Drainage Outfall Improvements 0 Z z Contractor Name Total Cost x D&S Concrete Contractors $1.76,1.27.00 TCB Construction $1.76,390.00 5 Chasco Constructors $1.91,895.00 1 Mac, Inc. $211,960.00 1 4 Austin Underground, Inc. $22:3,259.00 2 Austin Engineering Co., Inc. $236,055.00 3 Selection Committee: Date: 2/1.5/2018 THE, CITY OF ROUND ROCK BIDS.EXTENDED AND CHECKED t=tilities & Environmental Services 2008 Enterprise Drive BY• JLR. Round Rock-, Texas 78664 DATE• 2/7,201.8 BID TABULATION SHEET: 1 of 2 CONTRACT:Ryan's Crossing Drainage Outfall Improvements D&S Concrete Contractors TCB Construction Chasco Constructors Mac,Inc. LOCATION: 2008 Enterprise Drive Statement of Safety?No Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes DATE: 2/782018 Addendum(s)? N/A Addendum(s)? N/A Addendurn(s)? NVA Addendum(s)? NIA Bid Bond? Yes Bid Bond? 'Yes Bid Bond? Yes Bid Bond? Yes APPROX. UNIT UNIT UNIT UNIT ITEM Pr ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST :PRICE COST PRICE COST 104 Remove Nlisc.P.C.Concrete I LS $20,000.00 $20,000.00 $20,000.00 $20,000.00 $8,000.00 $8.000.00 $10,000.00 $I0,000.00 SP130 Class 13(borrow),Plan Quantity 69 CY $89.00 $6,141.00 $55.00 $3,795.00 $70.00 $4,830.00 $45.00 $3,105.00 SPI-30 Class C(topsoil),Plan Quantity 20 CY $100.00 $1000.00 $75.00 $1.50+1.00 $100.00 $2,000.00 $50.00 $1,000.00 SP130 Class D(fine filter),Plan Quantity 60 CY $100.00 $6.000.00 $75.00 $4,500.00 $140.00 $8,400.00 $100.00 56.000.00 SP130 Class E(coarse drain),Plan Quantity 5 CY $200.00 $1,000.00 5150.00 $750.00 $180.00 5900.00 $100.00 $500.00 SPI 32 Embanl. lent 51 CY $111.00 $5,66I.00 $55.00 $2,805.00 $320.00 $16.320.00 550.00 $2,550.00 Misc.Cast-In-Place Concrete(impact SS033053 basin) 45 CY $1.150.00 $51,750.00 $975.00 $43,875.00 $1,500.00 $67,500.00 $1,500.00 $67,500.00 509 Trench Safety Systems(all depths) 55 LF $45.00 $2,475.00 520.00 $1,100.00 $30.00 $1.650.00 550.00 $2,750.00 510 Pipe,6"DL-k.PVC(perforated) 30 LF $35.00 $1,050.00 555.00 $1,650.00 $40.00 $1,200.00 $100.00 $3,000.00 510 Pipe,6"DIA.PVC(non-perforated) 10 LF $35.00 5350.00 $35.00 $350.00 $120.00 $1,200.00 $110.00 $1,100.00 Pipe.54"DLA..RCP(all depths). 510 including excavation&backfill 50 LF $500.00 $25,000.00 $650.00 $32,500.00 $600.00 530,000.00 $750.00 $37,500.00 SP591 Dry Riprap 45 SY $120.00 $5,400.00 $175.00 57,875.00 $1.25.00 $5,625.00 $150.00 56,750.00 Buffalo Block Sodding With Blue Grama SP602 Overseeding 140 SY $8.00 $1,120.00 $11.00 $1,540.00 $9.00 $1,260.00 $10.00 $1,400.00 609 'Native Grassland Seeding&Planting 2750 SY $2.00 $5,500.00 52.10 55.775.00 $I.OU $1750.00 53.00 58.250.00 Protective Fencing Type A Chain Link 610 Fence 110 LF $10.00 $1,100.00 $22.00 $2,420.00 $3.00 $330.00 $7.00 $770.00 Protective Fencing Type C(trunk 610 protection) 40 LF $15.00 5600.00 $10.00 $400.00 530.00 $1,200.00 $150.00 $6,000.00 620 Filter Fabric 70 SY S25.00 $1,750.00 $11.00 $770.00 $5.00 $350.00 $20.00 $1,400.00 639 Rock Berm 45 LF 555.00 52,475.00 $65.00 $2.925.00 $20.00 $900.00 $50.00 52.250.00 641 Stabilized Construction Entrance 1 EA $3,000.00 $3,000.00 $3,000.00 $3,000.00 $3,000.00 53,000.00 $2,000.00 $2.000.00 SS642 Erosion Control Log(18"DLA..) 680 LF $5.00 $3,400.00 $6.00 $4,080.00 $12.00 $8,160.00 $12.00 $8.160.00 700 Total Mobilization Payment 1 LS $18.152.50 $18,152.50 $23,000.00 $23,000.00 $19,000.00 $19,000.00 $17,000.00 $17,000.00 701 Chain Link Fence 55 LF $25.00 $1,375.00 530.00 $1,650.00 $30.00 $1,650.00 $75.00 $4,125.00 803 Safety Fence 1210 LF 52.75 $3,327.50 $S.OU $6,050.00 $3.00 $3,630.00 $5.00 $6,fl5fl.00 803 Barricades,Signs.&Traffic Handling 2 Mo $2,000.00 $4,000.00 $500.00 51.000.00 $250.00 5500.00 55,000.00 $10.000.00 SS02263 Permanent Tuff Reinforcement Matting 140 SY $25.00 $3,500.00 $22.00 j $3,080.00 $11.00 $1,540.00 520.00 $2.800.00 GRAND TOTAL: $176,127.00 $176,390.00 $191,895.00 $211,960.00 Unit prices in red(S-X- .,k-X)indicate no written unit price entered by bidder. THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities & Environmental Services 2008 Enterprise Drive BY. 3LR Round Rock, Texas 78664 DATE: 21712018 BID TABULATION SHEET: 2 of CONTRACT:Ryan's Crossing Drainage Outfall Improvements Austin Underground,Inc. Austin Engineering Co. Inc. LOCATION: 2008 Enterprise Drive Statement of Safety?Yes Statement of Safety?Yes Statement of Safety`' Statement of Safety? DATE: 2/7/2018 Addendum(s)? NIA Addendum(s)? N/:i Addendum(s)? Addendum(s)? Bid Bond? Yes Bid Bond? Yes Bid Bond? Bid Bond? APPROX. UNIT UNIT tiNIT UNIT ITEM 9 ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST 104 Remove Misc.P.C.Concrete I LS $10,000.00 $10,000.00 $20,000.00 520,000.00 $0.00 $0.00 SP130 Class B(borrow),Plan Quantih- 69 CY $I00.00 $6,900.00 $100.00 $6,900.00 50.00 $0.00 SP130 Class C(topsoil).Pian Quantity 20 CY $91.00 $1,820.00 $80.00 $1,600.00 $0.00 $0.00 SP130 Class D(fine filter),Plan Quantity 60 CY $1.10.00 $6,600.00 $80.00 $4300.00 $0.00 $0.00 SP130 Class E(coarse drain),Plan Quantity 5 CY $100.00 $500.00 $250.00 51,250.00 50.00 $0.00 SP132 Embankment 51 CY $24.00 $1.224.00 $200.00 $10.200.00 $0.00 $0.00 Misc,Cast-In-Place Concrete(impact SS033053 basin) 45 CY $1,725.00 577,625.00 $1,820.00 $81,900.00 50.00 $0.00 S09 Trench Safety Systems(all depths) 55 LF $100.00 $5,500.00 $30.00 $1,650.00 50.00 $0.00 510 Pipe,6"DIA.PVC(perforated) 30 LF $40.00 $1,200.00 $100.00 $3,000.00 50.00 $0.00 510 Pipe,6"DIA.PVC(non-perforated) 1.0 LF $40.00 $400.00 $100.00 $1,000.00 50.00 $0.00 Pipe,54"DIA.RCP(all depths), 510 including excavation&backfill 50 LF $880.00 $44,000.00 5750.00 $37,500.00 50.00 $0.00 SP591 Dry Riprap 45 SY $260.00 $11,700.00 5200.00 `9,000.00 $0.00 $0.00 Buffalo Block Sodding With Blue Grama SP602 Overseed ng 140 SY $30.00 $4,200.00 $10.00 51.400.00 $0.00 $0.00 609 Native Grassland Seeding&Planting 2750 SY $4.00 $11,000.00 $3.00 $8.250.00 $0.00 $0.00 Protective Fencing I'}ape A Chair Link 610 Fence 110 LF $3.00 $330.00 $4.00 $440.00 $0.00 $0.00 Protective Fencing Type C(trunk 610 protection) 40 LF $20.00 $800.00 $30.00 $1,200.00 $0.00 $0.00 620 Finer Fabric 7O SY $9.50 $665.00 $10.00 $700.00 $0.00 .$0.00 639 Rock Berm 45 LF $55.00 52.475.00 $50.00 $1250.00 $0.00 $0.00 641 Stabilized Construction.Entrance I EA 53,200.00 $3.200.00 51.500.00 $1.500.00 $0.00 $0.00 SS642 Erosion Control Log(18"DIA.) 680 LF 522.00 $14,960.00 $12.00 $8,160.00 $0.00 $0.00 700 Total Mobilization PaS ment I LS $10.000.00 $10,000.00 $20,500.00 $20,500.00 50.00 $0.0(1 701 Clain Link Fence 55 LF $40.00 $2,200.00 $75.00 $4,125.00 50.00 $0.00 803 Safety Fence 1210 Ll 53.00 53,630.00 $3.00 $3,630.00 SOHO $0.00 803 Barricades,Signs,&Traffic Handling 2 v10 $500.00 1 51,000.00 $1,500.00 $3,000.00 SO.00 $0.00 SS02263 Permanent Turf Reinforcement Matting 140 SY $9.50 51.330.00 $15.00 $2,100.00 50.00 $0.00 GRAND TOTAL: $223,259.00 5236,0:35.00 $0.00 $0.00 NNS Mayor Councilmembers City Manager ,. Craig Morgan Tammy Young Laurie Hadley Rene Flares Frank Leff ingwell ROUND ROCK TEXAS Mayor Pro-Tem Writ Baese city Attorney UTILITIES ANo ENVIRONMENTAL SJERVICEs DEPARTMENT Will Peckham !Cris Whitfield Stephan L.Sheets February 27, 2018 Charles J. Glace,Jr. Chasco Constructors 2801 E. Old Settlers Blvd. Round Rock, TX 78665 RE: Ryan's Crossing Drainage Outfall Improvements Project—Project Manuals Dear Charles: We are pleased to inform you that City staff is recommending awarding the contract for the above referenced project to your firm.The project is scheduled to be on the City Council Agenda for March 22, 2018. Transmitted herewith are two copies of the Project Manual.As per the Instructions to Proposers, the Contract is to be executed by your firm, and performance and payment bonds furnished; furthermore, proof of insurance in accordance with the Contract Documents must be provided on a form acceptable to the City. Please provide performance bond, payment bond, and certificate of insurance documents for each of the Project Manuals; execute page 5 of 5 of the Agreement by signature in each of the Project Manuals; and return both Project Manuals to us for further processing. A copy of the bid tabulation is also transmitted herewith that you may keep for your records. if you have any questions, please contact me at(512) 218-66039. We look forward to working with you and your company on this project. Sincerely, Federico Sanchez, P.E., CFM Project Manager Enclosures cc: Project File Becca Thibodaux, Utilities Accounting Supervisor CITY OF ROUND ROCK 2008 Enterprise Drive, Round Rock,Texas 78664 Lit:ilitiPs Admin.,[P] 512.2-;B.sss6 » Environmental 5e,rvic s: P] 51?.218.5;59 Water and Wastewater Line Maintenance:[P] 512.218,5555• roundrocktexas.gov CERTIFICATE OF INTERESTED PARTIES FORM 1295 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. 2018-325136 Chasco Constructors Round Rock,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 03/12/2018 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. Ryan's Crossing Drainage Ryan's Crossing Drainage Outfall Improvements 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling T Intermediary Charles J Glace,JR. 2002 Trust Round Rock,TX United States X Anthony J.Glace 20702 Trust Round Rock,TX United States X 5 Check only if there is NO Interested Party. 6 UNSWORN DECLARATION My name is 4v� and my date of birth is ' 0 My address is C1,71 I 76 ( , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in tJ�"' I.L)A*AgtJ County, State of � on the day of ,201. (month) (year) i Si- ture of authorized agent of contracting business entity (Declarant) Forms provided by l exas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 CERTIFICATE OF INTERESTED PARTIES FORM 1295 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. 2018-325136 Chasco Constructors Round Rock,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 03/12/2018 being filed. City of Round Rock Date Acknowledged: 03/15/2018 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. Ryan's Crossing Drainage Ryan's Crossing Drainage Outfall Improvements 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Charles J Glace,JR.2002 Trust Round Rock,TX United States X Anthony J.Glace 2002 Trust Round Rock,TX 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 V1.0.5523