Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Aaron Concrete Contractor's, LP - 6/28/2018
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 AGREEMENT made as of the—!W ( p' day of at 11, in the year 20/A. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Aaron Concrete Contractors,LP. ("Contractor") P.O.Box 27107 Austin,Texas 78755 Dale Dentten The Project is described as: Rockin J Rd.Rehabilitation&Old Settlers Blvd Turn Lane The Engineer is: CP&Y Paul Schrader,P.E. 13809 Research Blvd. 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 f' 00307791 I 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 ninety ( 90 )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than ninety ( 90 )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 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 Dollars and No/100 Dollars($250 ) 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 P 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 One Hundred Five ( 105 )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 Two Hundred Sixty Thousand Nine Hundred Sixty-seven and 50 Cents ($260,967.50 ),subject to additions and deductions as provided in the Contract Documents. 111 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No x . Yes .If yes,please provide details below: p I I 00500 4-2016 Page 2 of 5 Standard Fonn of Agreement 00307791 p 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 111 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 City of Round Rock General Conditions. 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 I y 1 I 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. t 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, S ial and other Conditions of the Contract are those contained in the Project Manual Special,� J dated April 2018 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 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: Bill Stablein,Project Manager City of Round Rock 2008 Enterprise Drive Round Rock,X 78664 8.3 Contractor's representative is: Dale Dentten Aaron Concrete Contractors,LP Office 512-926-7376 Cell 512-653-3676 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 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 I 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. I8.7 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. II 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 II 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. II 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) I 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. IOWNER CONTRACTOR CITY OF OUND ROC ,TEXAS 442oz/ ataxy 6 %/b,L--r, L>. I Printed ame: 1 19 MO1tii Printed Name: 2o4- Zitairtit ITitled/P MATitle: f "• e..-i ' •Pa- Date Signed: v0 1 ) Date Signed: 1 1 15/ le ATTEST: I 4915M44/.,Gi&bbtr City Clerk I FOR II Y,APPROV rD AS TO FORM: ilialwr-.4if , City A limey I 111 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 IClient#: 7877 AARONCON DATE(MM/DD/YYYY) ACORDTM, CERTIFICATE OF LIABILITY INSURANCE 6/14/2018 I 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: Carla West The Nitsche Group PHONE 979-540-2208 FAx (A/C,No,Ext): (A/C,No): 143 East Austin E-MAIL rou carlaw thenitsche com Giddings,TX 78942-3299 ADDRESS: 9 P INSURER(S)AFFORDING COVERAGE NAIC# 979 542-3666Cincinnati Insurance Company INSURER A: P Y 10677 I INSUREDINSURER B:American Guarantee&Liability Ins 26247 Aaron Concrete Contractors, LP Texas Mutual Insurance Company INSURER C: p Y 22945 P.O.Box 27107 P INSURER D:Westchester Surplus Lines Insurance Co. 10172 4108 Nixon Lane 78725 Austin,TX 78755 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 II 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 MAY HAVE BEEN REDUCED BY PAID CLAIMS. XP LTR TYPE OF INSURANCE NW / SR VD POLICY NUMBER (SR ADDLSUBR MM/DD/YYYY) (MMLICY EFFPOLID�YY) LIMITS A X COMMERCIAL GENERAL LIABILITY EPP0347104 08/29/2015 08/29/2018 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR D PREMISESO(Eaoccurrence) $500,000 X PD Ded:5,000 MED EXP(Any one person) $10,000 III PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- PRODUCTS-COMP/OP AGG $2,000,000 POLICY X JECT LOC OTHER: $ AUTOMOBILE LIABILITY COMBINS1 OO0,000 A EBA0347104 08/29/2017 08/29/2018 (Ea accideEDnt)INGLE LIMIT $ X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ _ HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY (Per accident) X Drive Oth Car $ B X UMBRELLA LIAB X OCCUR AEC105192403 08/29/2017 08/29/2018 EACH OCCURRENCE $5,000,000 A X EXCESS LIAB X CLAIMS-MADE EPP0347104 08/29/2015 08/29/2018 AGGREGATE $5,000,000 DED RETENTION$ $ C WORKERS COMPENSATION 0001293069 08/29/2017 08/29/2018 X STATUTE 0TH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (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 D Pollution Liab G28151263002 08/29/2017 08/29/2018 $1,000,000 Occurence $2,000,000 Aggregate Deductible $10,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re: Rocking J RD Rehabilitation&Old Settlers Blvd Turn Lane As per policy provision,Certificate Holder is listed as additional insured in regard to the auto and 111 general liability policies as provided by blanket additional insured endorsement when required by written contract. A blanket waiver of subrogation endorsement is provided to the Certificate Holder in regard to (See Attached Descriptions) II CERTIFICATE HOLDER CANCELLATION III Alt of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221 East Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE Or ©1988-2015 ACORD CORPORATION.All rights reserved. 1 ACORD 25(2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S764787/M717261 061 PERFORMANCE BOND Bond #58S211360 THE STATE OF TEXAS s s § KNOW ALL BY THESE PRESHNTS: COUNTY OF WILLIAMSON That Aaron Concrete Contractors, LP or the City of Austin , County of Travis , and State of Texas , as Principal, and Liberty MUtual Fire Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK,TEXAS, (Owner), in the penal sum of Two Hundred Sixty Thousand Nine Hundred Sixty Seven Dollars and fifty cents Dollars ($ 260,967.50 ) 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 24111- day of 11,0..41,-- , 246 to which the Agreement is hereby referred to and made a part here° -as furry and to the same extent as if copied at length herein consisting of: Rocking J Rd Rehabilitation& Old Settlers Blvd Turn Lane (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; 11 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. Pagel • 00610 7.3009 Performance I3ond 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 13 day of June 2018 . Aaron Concrete Contractors, LP Liberty Mutual Fire Insurance Company Prins,ipal Surety i*.szosi Kenneth Nitsche Printed Nam Printed Name By: By:- .411rw Title: oil. At.elrmAr Title: ttorney-in-Fact Address: 7::i.e) , 8,7,e z7h77 Ad. ess: —5, 7S765" 2200 Renaissance Blvd.,Suite 400 King of Prussia,PA 19406-2755 Resident Agent of Surety: Signature Printed Name Street Address Ir Page ') . 00(120 7-20M 00090656 Payment Bond PAYMENT BOND Bond#58S211360 THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON That Aaron Concrete Contractors, LP , of the City of Austin , County of Travis and State of Texas as Principal, and Liberty Mutual Fire 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 Two Hundred Sixty Thousand Nine Hundred Sixty Seven Dollars and fifty cents Dollars ($ 260,967.50 ) 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 intoj,certain written Agreement with the Owner, dated the day of 20/0, 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: Rocking J Rd Rehabilitation& Old Settlers Blvd Turn Lane (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, t. 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 0062o 7-2009 Payment 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 13 day of June , 20 18. Aaron Concrete Contractors,LP Liberty Mutual Fire Insurance Company Pri cipal Surety ..( 640A Kenneth Nitsche Printed Nan Printed Name By: • By: Title: 644, Title: Attorney-in-Fact Address: "P.'0. Saw 107 Address:2200 Renaissance Blvd,Suite 400 Anrrt 41 "T;t, 7,875s- King of Prussia,PA 19406-2755 Resident Agent of Surety: Signature Printed Name Street Address City. State& Zip Code 06 Page 2 ,• 0 t)7-,009 0009065o Peribrmance Bond jCITY OF ROUND ROCK ROCKING J RD REHABILITATION&OLD SETTLERS BLVD TURN LANE RECEIVED: 5/8/2018,10:50 am 5/8/2018,1:49 pm 5/8/2018,1:51 pm TRANSPORTATION DEPARTMENT BID TABS BID DATE: 5/8/2018 X Safety Statement X ISafety Statement X Safety Statement ENGINEER:CP&Y,INC. X Bid Bond X Bid Bond X Bid Bond Engineer's Estimate Aaron Concrete Contractors,LP Patin Construction,LLC Pro Dirt Services,LLC Bid Item I Spec No Qty I Units Description Unit Price Amount Unit Price Amount Bid Unit Price Amount Bid Unit Price Amount Bid BASE BID PART 1-OLD SETTLERS TURN LANE 1 100-6002 3 STA PREPARING ROW $2,500.00 $ 7,500.00 $ 700.00 $ 2,100.00 $ 1,550.00 $ 4,650.00 $ 5,000.00 $ 15,000.00 2 104-6022 224 LF REMOVING CONC(CURB AND GUTTER) $8.00 $ 1,792.00 $ 7.00 $ 1,568.00 $ 5.00 $ 1,120.00 $ 15.00 $ 3,360.00 3 104-6036 133 SY REMOVING CONC(SIDEWALK OR RAMP) $30.00 $ 3,990.00 $ 24.00 $ 3,192.00 $ 60.00 $ 7,980.00 $ 5.00 $ 665.00 4 105-6018 57 SY REMOVING STAB BASE AND ASPH PAV(7") $15.00 $ 855.00 $ 45.00 $ 2,565.00 $ 30.00 $ 1,710.00 $ 150.00 $ 8,550.00 5 110-6001 342 CY EXCAVATION(ROADWAY) $15.00 $ 5,130.00 $ 35.00 $ 11,970.00 $ 75.00 $ 25,650.00 $ 90.00 $ 30,780.00 6 132-6003 20 CY I EMBANKMENT(FINAL)(ORD COMP)(TY B) $20.00 $ 400.00 $ 35.00 $ 700.00 $ 100.00 $ 2,000.00 $ 30.00 $ 600.00 7 160-6003 355 SY FURNISHING AND PLACING TOPSOIL(4") $3.00 $ 1,065.00 $ 5.00 $ 1,775.00 $ 5.00 $ 1,775.00 $ 25.00 $ 8,875.00 8 164-6027 355 SY CELL FBR MLCH SEED(PERM)(URBAN)(CLAY) $2.00 $ 710.00 $ 1.60 $ 568.00 $ 10.50 $ 3,727.50 $ 5.00 $ 1,775.00 9 164-6029 355 SY CELL FBR MLCH SEED(TEMP)(WARM) $2.00 $ 710.00 $ 1.60 $ 568.00 $ 10.50 $ 3,727.50 $ 5.00 $ 1,775.00 10 168-6001 10 MG VEGETATIVE WATERING $30.00 $ 300.00 $ 35.00 $ 350.00 $ 101.00 $ 1,010.00 $ 100.00 $ 11000.00 11 340-6011 153 TON D-GR HMA(SQ)TY-B PG64-22 $100.00 $ 15,300.00 $ 140.00 $ 21,420.00 $ 232.00 $ 35,496.00 $ 200.00 $ 30,600.00 12 340-6047 30 TON D-GR HMA(SQ)TY-C SAC-A PG70-22 $120.00 $ 3,600.00 $ 240.00 $ 7,200.00 $ 292.00 $ 8,760.00 $ 220.00 $ 6,600.00 13 340-6050 30 TON D-GR HMA(SQ)TY-C PG70-22 $120.00 $ 3,600.00 $ 205.00 $ 6,150.00 $ 250.00 $ 7,500.00 $ 190.00 $ 5,700.00 14 401-6001 10 CY Fl OWABLE BACKFILL $100.00 $ 1,000.00 $ 150.00 $ 1,500.00 $ 110.00 $ 1,100.00 $ 160.00 $ 1,600.00 15 402-6001 10 LF TRENCH EXCAVATION PROTECTION $10.00 $ 100.00 $ 39.00 $ 390.00 $ 100.00 $ 1,000.00 $ 1.00 $ 10.00 16 416-6029 8 LF DRILL SHAFT(RDWY ILL POLE)(30 IN) $300.00 $ 2,400.00 $ 270.00 $ 2,160.00 $ 240.50 $ 1,924.00 $ 250.00 $ 2,000.00 17 464-6003 8 LF RC PIPE(CL III)(18 IN) $200.00 $ 1,600.00 $ 260.00 $ 2,080.00 $ 962.00 $ 7,696.00 $ 250.00 $ 2,000.00 18 465-0001 1 EA INLET(COMPL)(CURB)(TY IIR)(10') $12,000.00 $ 12,000.00 $ 6,000.00 $ 6,000.00 $ 8,500.00 $ 8,500.00 $ 4,900.00 $ 4,900.00 19 479-6006 1 EA ADJUST INLET(CAP) $5,000.00 $ 5,000.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 1,400.00 $ 1,400.00 20 506-0001 80 LF TEMP SDMT CONT FENCE(INLET PROTECTION) $6.00 $ 480.00 $ 6.00 $ 480.00 $ 12.50 $ 1,000.00 $ 1.65 $ 132.00 21 506-6020 110 SY CONSTRUCTION EXITS(INSTALL)(TY 1) $25.00 $ 2,750.00 $ 13.00 $ 1,430.00 $ 18.25 $ 2,007.50 $ 10.00 $ 1,100.00 22 506-6024 110 SY CONSTRUCTION EXITS(REMOVE) $10.00 $ 1,100.00 $ 10.00 $ 1,100.00 $ 18.25 $ 2,007.50 $ 6.00 $ 660.00 23 506-6038 225 LF TEMPORARY SEDIMENT CONTROL FENCE INSTLL $4.00 $ 900.00 $ 3.00 $ 675.00 $ 2.50 $ 562.50 $ 1.65 $ 371.25 24 506-6039 305 LF TEMPORARY SEDIMENT CONTROL FENCE REMOVE $2.00 $ 610.00 $ 1.10 $ 335.50 $ 1.25 $ 381.25 $ 0.50 $ 152.50 25 529-6008 220 LF CONC CURB&GUTTER(TY II) $25.00 $ 5,500.00 $ 20.00 $ 4,400.00 $ 28.50 $ 6,270.00 $ 40.00 $ 8,800.00 26 531-6002 120 SY CONC SIDEWALK(5") $80.00 $ 9,600.00 $ 75.00 $ 9,000.00 $ 63.00 $ 7,560.00 $ 60.00 $ 7,200.00 27 531-6004 1 EA CURB RAMPS(TY 1) $1,600.00 $ 1,600.00 $ 1,200.00 $ 1,200.00 $ 2,000.00 $ 2,000.00 $ 1,200.00 $ 1,200.00 28 556-6007 100 LF PIPE UNDERDRAINS(TY 7)(6") $50.00 $ 5,000.00 $ 45.00 $ 4,500.00 $ 25.00 $ 2,500.00 $ 75.00 $ 7,500.00 29 610-6004 1 EA RELOCATE RD IL ASM(TRANS-BASE) $4,000.00 $ 4,000.00 $ 2,500.00 $ 2,500.00 $ 9,750.00 $ 9,750.00 $ 1,870.00 $ 1,870.00 30 618-6023 106 LF CONDT(PVC)(SCHD 40)(2") $20.00 $ 2,120.00 $ 20.00 $ 2,120.00 $ 21.00 $ 2,226.00 $ 17.00 $ 1,802.00 31 620-6009 342 LF ELEC CONDR(NO.6)BARE $3.00 $ 1,026.00 $ 4.00 $ 1,368.00 $ 4.00 $ 1,368.00 $ 3.00 $ 1,026.00 32 620-6010 684 LF ELEC CONDR(NO.6)INSULATED $3.00 $ 2,052.00 $ 4.00 $ 2,736.00 $ 4.00 $ 2,736.00 $ 3.00 $ 2,052.00 33 624-6002 2 EA IGROUND BOX TY A(122311)W/APRON $1,000.00 $ 2,000.00 $ 1,500.00 $ 3,000.00 $ 2,275.00 $ 4,550.00 $ 1,300.00 $ 2,600.00 34 624-6028 1 EA REMOVE GROUND BOX $250.00 $ 250.00 $ 220.00 $ 220.00 $ 1,625.00 $ 1,625.00 $ 200.00 $ 200.00 35 644-6056 2 EA IN SM RD SN SUP&AM TYTWT(1)UA(P) $600.00 $ 1,200.00 $ 350.00 $ 700.00 $ 525.00 $ 1,050.00 $ 750.00 $ 1,500.00 36 666-6035 110 LF REFL PAV MRK TY I(W)8"(SLD)(090MIL) $3.00 $ 330.00 $ 6.00 $ 660.00 $ 10.50 $ 1,155.00 $ 6.50 $ 715.00 37 666-6041 22 LF REFL PAV MRK TY I(W)12"(SLD)(090MIL) $6.00 $ 132.00 $ 12.00 $ 264.00 $ 20.00 $ 440.00 $ 13.00 $ 286.00 38 666-6047 21 LF REFL PAV MRK TY I(W)24"(SLD)(090MIL) $10.00 $ 210.00 $ 28.00 $ 588.00 $ 34.00 $ 714.00 $ 20.00 $ 420.00 39 666-6053 1 EA REFL PAV MRK TY I(W)(ARROW)(090MIL) $200.00 $ 200.00 $ 375.00 $ 375.00 $ 700.00 $ 700.00 $ 320.00 $ 320.00 40 666-6077 1 EA REFL PAV MRK TY I(W)(WORD)(090MIL) $200.00 $ 200.00 $ 430.00 $ 430.00 $ 800.00 $ 800.00 $ 450.00 $ 450.00 41 666-6178 110 LF REF PAV MRK TY II(W) 8"(SLD) $2.00 $ 220.00 $ 4.00 $ 440.00 $ 9.50 $ 1,045.00 $ 1.30 $ 143.00 42 666-6180 22 LF REF PAV MRK TY II(W)12"(SLD) $4.00 $ 88.00 $ 9.00 $ 198.00 $ 19.00 $ 418.00 $ 2.00 $ 44.00 43 666-6182 21 LF REF PAV MRK TY II(W)24"(SLD) $6.00 $ 126.00 $ 20.00 $ 420.00 $ 29.00 $ 609.00 $ 2.75 $ 57.75 44 666-6184 1 EA REF PAV MRK TY II(W)(ARROW) $100.00 $ 100.00 $ 220.00 $ 220.00 $ 600.00 $ 600.00 $ 100.00 $ 100.00 45 666-6192 1 EA REF PAV MRK TY II(W)(WORD) $100.00 $ 100.00 $ 270.00 $ 270.00 $ 700.00 $ 700.00 $ 100.00 $ 100.00 46 672-6010 6 EA REFL PAV MRKR TY II-C-R $10.00 $ 60.00 $ 8.00 $ 48.00 $ 14.00 $ 84.00 $ 18.00 $ 108.00 SUBTOTAL BASE BID 1 $ 109,006.00 $ 114,433.50 $ 182,684.75 $ 168,099.50 RockingJ_Rd+OSB_TurnLane-BidTabulation.xlsx 1 of 2 Engineer's Estimate Aaron Concrete Contractors,LP Patin Construction,LLC Pro Dirt Services,LLC Bid Item Spec No Qty Units Description Unit Price Amount Unit Price Amount Bid Unit Price Amount Bid Unit Price Amount Bid BASE BID PART 2-ROCKING J ROAD PAVEMENT REHABILITATION $ 111,433.50 Bid Doc Subtotal j 182,684.75 Isis!Doc Subtotal S 168;099.50 Bid Doi.S«btotal 47 340-6011 560 TON D-GR HMA(SQ)TY-B PG64-22 $100.00 $ 56,000.00 $ 100.00 $ 56,000.00 $ 120.00 $ 67,200.00 $ 95.00 $ 53,200.00 48 340-6047 337 TON D-GR HMA(SQ)TY-C SAC-A PG70-22 $120.00 $ 40,440.00 $ 110.00 $ 37,070.00 $ 135.00 $ 45,495.00 $ 110.00 $ 37,070.00 49 354-6023 2544 SY PLANE ASPH CONC PAV(0"TO 4") $4.00 $ 10,176.00 $ 6.00 $ 15,264.00 $ 9.25 $ 23,532.00 $ 6.50 $ 16,536.00 50 479-6001 6 EA ADJUST MANHOLE $1,200.00 $ 7,200.00 $ 800.00 $ 4,800.00 $ 1,750.00 $ 10,500.00 $ 300.00 $ 1,800.00 51 506-6038 1530 LF TEMPORARY SEDIMENT CONTROL FENCE INSTILL $4.00 $ 6,120.00 $ 2.40 $ 3,672.00 $ 2.50 $ 3,825.00 $ 1.65 $ 2,524.50 52 506-6039 1530 LF TEMPORARY SEDIMENT CONTROL FENCE REMOVE $2.00 $ 3,060.00 $ 0.60 $ 918.00 $ 1.25 $ 1,912.50 $ 0.50 $ 765.00 53 666-6182 27 LF REFL PAV MRK TY II(W)24"(SLD)(090MIL) $4.00 $ 108.00 $ 20.00 $ 540.00 $ 32.00 $ 864.00 $ 2.75 $ 74.25 54 666-6207 1970 LF REFL PAV MRK TY II(Y)4"(SLD)(090MIL) $1.00 $ 1,970.00 $ 1.00 $ 1,970.00 $ 1.50 $ 2,955.00 $ 1.45 $ 2,856.50 55 672-6009 25 EA REFL PAV MRKR TY II-A-A $5.00 $ 125.00 $ 9.00 $ 225.00 $ 14.00 $ 350.00 $ 18.00 $ 450.00 SUBTOTAL BASE BID 2 $ 125,199.00 $ 120,459.00 $ 156,633.50 $ 115,276.25 BASE BID PART 3-BOTH PROJECTS $ 120,459.00 Bid Doc Subtotal $ 156,633.50 Bid Doc Subwl:al S 115,276.25 Biel Doc Subtotal 56 500-6001 1 LS MOBILIZATION $ 25,295.50 $ 25,295.50 $ 20,000.00 $ 20,000.00 $ 17,500.00 $ 17,500.00 $ 4,000.00 $ 4,000.00 57 502-6001 3 MO BARRICADES,SIGNS AND TRAFFIC HANDLING $ 5,000.00 $ 15,000.00 $ 1,200.00 $ 3,600.00 $ 1,500.00 $ 4,500.00 $ 2,500.00 $ 7,500.00 58 6001-6001 15 DAY PORTABLE CHANGEABLE MESSAGE SIGN $ 250.00 $ 3,750.00 $ 65.00 $ 975.00 $ 110.00 $ 1,650.00 $ 145.00 $ 2,175.00 Additional cost to amend Section 5.3.1.4 of the 59 - 1 LS General Conditions $ - $ - $ 1,500.00 $ 1,500.00 $ 650.00 $ 650.00 $ 11000.00 $ 1,000.00 SUBTOTAL BASE BID 3 $ 44,045.50 $ 26,075.00 $ 24,300.00 $ 14,675.00 S 26,075.00 Bid Doc Subtotal $ 24,300.00 Biel Doc Subtotal $ 7.4,675.00 Bid Doc.Subtotal Engineer's Estimate Aaron Concrete Contractors,LP Patin Construction,LLC Pro Dirt Services,LLC TOTAL $ 278,250.50 TOTAL $ 260,967.50 TOTAL $ 363,618.25 TOTAL $ 298,050.75 Bid Doc'fotal S 260;967.50 Bid Doc'iotal $ 363,518.25 Bid Dor_'fotal $ 298,050.75 RockingJ_Rd+OSB_TurnLane-BidTabulation.xlsx 2 of 2 C P&Y JI-i-I Partners for a Better Quality of Life May 9, 2018 Bill Stablein City of Round Rock Transportation Department 2008 Enterprise Drive Round Rock, TX 78664 RE: Rocking J Rd Rehabilitation & Old Settlers Blvd Turn Lane— Award Recommendation The City of Round Rock opened bids for the Rocking J Rd Rehabilitation&Old Settlers Blvd Turn Lane project on Tuesday, May 8t', 2018 at 2:00 PM from the following three(3) contractors: 1. Aaron Concrete Contractors, LP 2. Patin Construction LLC 3. Pro Dirt Services, LLC The low bidder for the project is Aaron Concrete Contractors, LP, at$260,967.50. If you have any questions regarding the bids or this letter,please let me know. Sincerely, CP&Y TBPE, FIRM REGISTRATION#1741 lip, Paul Schrader, P.E. Project Manager Enclosures: Bid Summary and Tabulation cc: Gary Hudder Gerald Pohlmeyer C:\pwworking\cpy\pw_cpy\pschrader\d0653616\RockingJ_Rd+OSB_TurnLan e-Awa rdRecommendation.docx 13809 Research Blvd-Suite 300 Austin.TX,78750 512.349 0700•5,12.349.0727 rax J.f.x:...0 yi com CERTIFICATE OF INTERESTED PARTIES FORM 1.295 101`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. 2018-368027 Aaron Concrete Contractors,LP Austin,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 06/13/2018 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. Rocking J RD Rehab Rocking J Road Rehabilitation&Old Settlers Blvd Turn Lane 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary k I' ii i±. k 5 Check only if there is NO Interested Party. M X �i 6 UNSWORN DECLARATION My name is a, ro n a and my date of birth Is My address is I !i✓ Gb-oelw�/G e-, Dc ct- +t yt 9 �• i (street) (city) (state) (zip code) (country) i I declare under penalty of perjury that the foregoing is true and correct. Executed in 1 r a U Count Stat of t Wt �J y, ,on the of ul'1c.� ,20 (month) (year) ' f I t Signature of authorized agent of contracting business entity I! (Declarant) l it Forms provided by Texas Ethics Commission www.ethics.state,tx.us Version V1.0.5523 t ii 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. 2018-368027 Aaron Concrete Contractors, LP Austin,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 06/13/2018 being filed. City of Round Rock Date Acknowledged: 06/19/2018 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. Rocking J RD Rehab Rocking J Road Rehabilitation&Old Settlers Blvd Turn Lane 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 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