Loading...
Contract - T. Gray Utility and Rehab Co., LLC - 6/14/2018 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 71 AGREEMENT made as ofthe A,4"' ( day of in the year 20( '. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 7 and the Contractor T.Gray Utility&Rehab Co.,LLC ("Contractor") J P.O. Box 2176 Cypress,TX 77410 The Project is described as: Wastewater Siphons Rehabilitation Project J The Engineer is: CP&Y, Inc. 13809 Research Boulevard Suite 300 Austin,TX 78750 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' 1} II 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. 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 i Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than One Hundred Eighty ( 180 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. lJ 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 Five Hundred and No/100 Dollars($500.00 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure,which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy O 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 1 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 Two Hundred Ten ( 210 )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 seven hundred ninety-three thousand and zero cents ($793,000.00 ),subject to additions and deductions as provided in the Contract Documents. 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No X . Yes . If yes,please provide details below: N/A N/A 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 1 I 1i ._1 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 April2018 7.1.4 The Specifications are those contained in the Project Manual dated April 2018 7.1.5 The Drawings, if any,are those contained in the Project Manual dated April 2018 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated April 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 April 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 J 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: Eddie Zapata,Senior Project Manager City of Round Rock 2008 Enterprise Drive Round Rock,TX 78665 8.3 Contractor's representative is: Marcus E.Tamez-President T.Gray Utility&Rehab Co.,LLC P.O. Box 2176 Cypress,TX 77410 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the J 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 r-� 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. 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 CONTRAC OR ilinCITY OF R UND 'OC TEXAS T. ray Uti &Reh Co. i Marcus E.Tamez Printed N. •: AL,Al � l ,if l� Printed Name: _ Title u LW J/ Title: President Date Signed: •Th Date Signed: 7/03/2018 ATTEESS�T:: AIIL, VOW- City Clerk FOR T ,APPROVED AS 19 FORM: 04,011 City Atto ey J 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 00600 INSURANCE AND CONSTRUCTION BOND FORMS Bond No. CNB-31619-00 P PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That T Gray Utility& Rehab Co., LLC of the City of Cypress County of Harris , and State of Texas , as Principal, and Insurors Indemnity 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 seven hundred ninety-three thousand and zero cents Dollars ($ 793,000.00 ) 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: WHEREAS. the Principal has entered into,a certain written Agreement with the Owner dated the day of , 24 to which the Agreement is hereby referred to and made a part hereof as fu y and to the same extent as if copied at length herein consisting of: Wastewater Siphons Rehabilitation Project (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 00090656 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 day of , 20 • T. Gray Utility & Rehab Co., LLC Insurors Indemnity Company_ Principal Surety Marcus E. amez Scott D. Chapman Print Na e Printed Name • Bu:• By: . ; t0 a f 1 Title: President Title: Attorney-In-Fact Address: P.O. Box 2176 Address: 25025 IH-45 N Frwy., Ste. 525 Cypress, TX 77410 The Woodlands, Texas 77380 Resident Agent of Surety: P*, Signature Scott D. Chapman Printed Name 25025 IH-45 N Frwy., Ste. 525 _ Street Address The Woodlands, TX 77380 City, State& Zip Code Page 2 00610 7-2009 00090656 Performance Bond Bond No. CNB-31619-00 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That T. Gray Utility& Rehab Co., LLC , of the City of Cypress , County of Harris , and State of Texas as Principal, and Insurors Indemnity 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 seven hundred ninety-three thousand and zero cents Dollars (S 793,000.00 ) 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 Principal has entered into certain written Agreement with the Owner, dated the - day of l . , 20/Q,,, to which Agreement is hereby referred to and made a part hereo as fully and to the same extent as if copied at length -- herein consisting of: Wastewater Siphons Rehabilitation Project (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, 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 l 00620 7-2009 Payment Bond 00090656 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 day of , 20 . T. Gray Utility& Rehab Co., LLC Insurors Indemnity Company Principal Surety Marcus E. Ta ez —_ .. Scott D. Chapman Printer ame Printed Name By: \., . By: C Title: 'resident Title: Attorney-In-Fact Address: P.O. Box 2176 Address: 25025 IH-45 N Frwy., Ste. 525 Cypress, TX 77410 The Woodlands, Texas 77380 Resident Agent of Surety: ,..., O0sftr C 6Vwi - Signature Scott D. Chapman Printed Name 25025 IH-45 N Frwy., Ste. 525 Street Address The Woodlands, Texas 77380 I Page 2 00620 7-2009 Pa}ment Bond 00090656 ® - 14 G' CERTIFICATE OF LIABILITY INSURANCE DATE 8 ) - 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 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 NAME TWFG-PARKER/HOWARD INSURANCE PHONE (A/C,No,Ext): g'/',No): 827 VILLAGE SQUARE E-MAIL ADDRESS: TOMBALL,TX 77375 INSURERS)AFFORDING COVERAGE NAIC# FAX 281-351-1454 INSURER A: LLOYDS BEST#085202#1991 SEE*BELOW A1122000 _ INSURED T.GRAY UTILITY&REHAB CO. LLC INSURER B: TEXAS MUTUAL INS A.M.BEST RATED(A)# 22945 DBA SPACE CITY PAVING, LLC INSURER C: PROGRESSIVE COUNTY MUTUAL INS.A.M.BEST RATED(A+)003690 29203 CIO MARCUS TAMEZ INSURER D: PO BOX 2176 INSURER E: CYPRESS, TX 77410 INSURER F: COVERAGES CERTIFICATE NUMBER: 109223 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 CONTRACT OR 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 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A GENERAL LIABILITY X X DTWGC52843 12-14-17 12-14-18 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES(Ea occurrence) $ 100,000 1 CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 5 000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE _ $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY PRO- JECT LOC C AUTOMOBILE LIABILITY X X 03627238-3 3-30-18 3-30-19 (O MBINED)SINGLE LIMIT $ 1,000,000 ANY AUTO ALTOWNED X SCHEDULED BODILY INJURY(Per person) $ AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) $ $ UMBRELLA UAB OCCUR EACH OCCURRENCE $ J EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ B WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N X 0001322672 3-30-2018 3-30-19 TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVEY NIA E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (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 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) 1 CERTIFICATE OF INSURANCE DOES NOT SUPERSEDE POLICY WORDING STATEMENTS MADE ON THIS CERTIFICATE DO NOT SUPERSEDE POLICY WORDING. STATE OF TEXAS OPERATION. THIS CERTIFICATE IS ISSUED IN ACCORDANCE WITH TEXAS SENATE BILL 425.. LLOYDS #085202 A RATING WRITTEN THROUGH RSI INTERNATIONAL, INC TDI LIC#2144 AS LOCAL MGA.. LLOYDS SYNDICATE#1991 CITY OF ROUND ROCK LISTED AS ADDITIONAL INSURED.A WAIVER OF SUBROGATION APPLIES TO CERTIFICATE HOLDER.30 DAY I NOTICE APPLIES.JOB:WASTEWATER SIPHONS REHABILITATION PROJECT CERTIFICATE HOLDER CANCELLATION CITY MANAGER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF ROUND ROCK ACCORDANCE WITH THE POLICY PROVISIONS. 221 E. MAIN ST. ROUND ROCK, TX 78664 AUTHORIZED REPRESEN VE I jj°41 1 -2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 1 lz� 00 CITY OF ROUND ROCK CP&Y,Inc. T.Gray Utility&Rehab Co.,LLC Austin Underground,Inc. National Power Rodding Corp. Wastewater Siphon Box Engineer's Opinion of Rehabilitation Probable Construction Cost P.O.Box 2176 P.O.Box 5650 9810 FM 969 BID OPENS:2:00 PM,Thursday,May 17,2018 Cypress,TX 77410 Lago Vista,TX 78645 Austin,TX 78724 WASTEWATER SIPHON BOX REHABILITATION C ITEM#IDESCRIPTION UNITS BID QTY Unit Cost I Total Cost I UNIT COST I TOTAL COST I UNIT COST I TOTAL COST I UNIT COST I TOTAL COST Site A"Joe Dimmagio": Furnish all cleaning,continuous bypass pumping, CCTV work,replacement of six(6)slide gales, coating/liner replacement,access hatch,and manhole frame and cover replacements for each of 1 two(2)siphon boxes LS 1.0 $ 310,400.00 $ 310,400.00 $ 377,000.00 $ 377,000.00 $ 422,000.00 $ 422,000.00 $ 570,890.00 $ 570,890.00 Site B"Cyclone Ridge": Furnish all cleaning,continuous bypass pumping, CCTV work,replacement of six(6)slide gates, coating/liner replacement,access hatch,and manhole frame and cover replacements for each of 2 two(2)siphon boxes LS 1.0 $ 324,000.00 $ 324,000.00 $ 340,000.00 $ 340,000.00 $ 451,000.00 $ 451,000.00 $ 541,590.00 $ 541,590.00 Site C"WWTP": Furnish all cleaning,continuous bypass pumping,and CCTV work for each siphon manhole,and concrete 3 encase existing siphon piping LS 1.0 $ 27,900.00 $ 27,900.00 $ 26,000.00 $ 26,000.00 $ 94.000.00 $ 94,000.00 $ 65,925.00 $ 65,925.00 Total Amount of Items No.1-3 $ 662,300.00 $ 743,000.00 $ 967,000.00 $ 1,178,405.00 4 Cementitious Structural Repair,Complete in Place SF 250.0 $ - $ 12.00 $ 3,000.00 $ 23.00 $ 5,750.00 $ 25.00 $ 6,250.00 5 PVC Liner Repair-Walls SF 100.0 $ - $ 130.00 $ 13,000.00 $ 18.00 $ 1,800.00 $ 50.00 $ 5,000.00 Replace 6-inch PVC Siphon Piping,including remove 6 existing 6-inch siphon pipe,excavation and backfill LF 20.0 $ - $ 250.00 $ 5,000.00 $ 93.00 $ 1,860.00 $ 150.00 $ 3,000.00 Site A"Joe Dimmagio": 7 Furnish continuous bypass pumping DAY 1.0 $ - $ 12,000.00 $ 12,000.00 $ 4,100.00 $ 4,100.00 $ 2,500.00 $ 2,500.00 Site B"Cyclone Ridge": 8 1 Furnish continuous bypass pumping DAY 1.0 $ - $ 12,000.00 $ 12,000.00 $ 4,100.00 $ 4,100.00 $ 2,500.00 $ 2,500.00 Site C"WWTP": 9 Furnish continuous bypass pumping DAY 1.0 $ - $ 5,000.00 $ 5,000.00 $ 760.00 $ 760.00 $ 2,500.00 $ 2,500.00 Total Amount of Base Bid(Items 1-9) $ 793,000.00 $ 985,370.00 $ 1,200,155.00 Bid Bond Received?Yes/No Yes Yes Yes Addenda Received?Yes/No Yes Yes Yes Safety Info.Received?Yes/No Yes Yes Yes �0 � P :. .....................:..*..Q$ 0 R. N D. OWEN 0 ............................ 109586 01 ZONAL••E 1 of 1 C P&Y J- May 21, 2018 Mr. Eddie Zapata Utilities & Environmental Services Department City of Rock Round 2008 Enterprise Dr. Round Rock, Texas 78664 RE: Wastewater Siphon Box Rehabilitation Project Dear Mr. Zapata: On Thursday, May 17, 2018, at 2:00 p.m., three (3) bids were received and publicly opened at the City of Round Rock,Texas, 2008 Enterprise Dr.,for the Wastewater Siphon Box Rehabilitation project. The table below summarizes the bids received for this project. Contractor Items 1 —3 Items 4— 9 Total Base Bid T. Gray Utility& Rehab Co., LLC $743,000.00 $50,000.00 $793,000.00 Austin Underground, Inc. $967,000.00 $18,370.00 $985,370.00 National Power Rodding Corp. $1,178,405.00 $21,750.00 $1,200,155.00 The Engineer's Opinion of Probable Construction cost (for Items 1 — 3 only) was $662,300. Based on the information provided, T. Gray Utility & Rehab Co., LLC is the apparent low bidder for the base bid amount. CP&Y, Inc.therefore recommends that the City of Round Rock award the contract for construction of the Wastewater Siphon Box Rehabilitation project to T. Gray Utility & Rehab Co., LLC, in the amount of their base bid of$793,000.00. Respectfully submitted, CP&Y, Inc. Ryan D. Owen, P.E. Attachment cc: David Freireich, PE Kit Perkins, PE CERTIFICATE OF INTERESTED PARTIES FORM 1.295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-355140 T.Gray Utility&Rehab Co., LLC Cypress,TX United States Date t=iled: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/17/2018 being filed. City of Round Rock,Texas 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. 18-504 Wastewater Siphon Box Rehabilitation 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Tamez, Marcus CYPRESS,TX United States X 5 Check only if there is NO Interested Party. 6 UNSWORN DECLARATION -' My name Is " r fi-e&4 C'� � and my date of birth is My address is c�,t j�f'f�r�1L �C�. (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. f Executed in f _ County, State of on the / day of JV44._,20143 . (mont (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 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. 2018-355140 T. Gray Utility&Rehab Co., LLC Cypress,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 05/17/2018 being filed. City of Round Rock,Texas Date Acknowledged: 06/11/2018 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. 18-504 Wastewater Siphon Box Rehabilitation 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Tamez, Marcus CYPRESS,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