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