Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Austin Engineering Company, Inc. - 11/20/2018
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 We V)day of vA-' in the year 20 to. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Austin Engineering Co. Inc. ("Contractor") P.O. Box 342349 Austin,TX 78734 The Project is described as: Lisa Rae Drive Improvements The Engineer is: Halff Associates,Inc. 9500 Amberglen Blvd. Building F Suite 125 Austin,TX 78729 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 \ O't9 -' (el 0 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 Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than one hundred ( 100 )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,Cqntractor shall pay to Owner,as liquidated damages, the sum of five hundred and No/100 Dollars($500 ) 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 one hundred and twenty ( 120 )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 three hundred and eighty-six thousand six hundred and thirty-nine ($386,639 ),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 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor, and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender,Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the City of Round Rock General Conditions, and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth (10th) day of a month, Owner shall make payment to Contractor not later than the tenth (10th) day of the next month. If an Application for Payment is received by Engineer and Owner after the application date fixed above, payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed.Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor, as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary, Special,and other Conditions of the Contract are those contained in the Project Manual dated September 2018 7.1.4 The Specifications are those contained in the Project Manual dated September 2018 7.1.5 The Drawings, if any, are those contained in the Project Manual dated September 2018 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated September 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 September 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: Eddie Zapata, Senior Project Manager City of Round Rock 2008 Enterprise Drive Round Rock,Texas 78664 8.3 Contractor's representative is: John Fenley,Project Manager Austin Engineering Company,Inc. P.O.Box 342349 Austin,Texas 78734 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 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 CONTRACTOR CITY OF 'OUND 'OC ,TEXAS AUSTIN ENGINEERING CO.,INC. A < C _AL/ t Printed Na e: ' ,, f ►A.i11I . Prin d Name Kerry A.Keller Title Title: President Date Signed: 0- •tU l Date Signed: l 71" ATTEST: attAVL. AJ ,, City Clerk FOR I T ,APPROVE AS TO FORM: 4 City Atto¶ey 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 00600 INSURANCE AND CONSTRUCTION BOND FORMS CERTIFICATE OF LIABILITY INSURANCE Instruction Sheet 1. CERTIFICATE OF LIABILITY INSURANCE FORM The City of Round Rock's Certificate of Liability Insurance form provided herein or a standard ACORD form. 2. PRODUCER and INSURED -Please list name, address,phone number and e-mail. 3. COMPANIES AFFORDING COVERAGE — TDI number required. The TDI number can be obtained from the Texas Dept of Insurance Website: http://www.tdi.state.tx.us/.—Company Lookup. Note:Exception to this rule.In certain instances where there is unusual risks involved,Surplus Lines Insurance Carriers can be used. Below are the guidelines: a. Insurance Company does not have to be"licensed in Texas",but they do have to be"elijiible for a Texas license." Please verify with the Texas Dept of Insurance Website:http://www.tdi.state.tx.us/.—Company Lookup b. Policy has to be written by licensed surplus lines Agent. Also verify with the Texas Dept of Insurance Website:http://www.tdi.state.tx.us/-Agent Lookup 4. TYPES OF INSURANCE COVERAGE— CONSTRUCTION CONTRACT: Please double check the General Conditions and the Supplemental General Conditions for the types and amounts of insurance required. The Supplemental General Conditions usually state the following: a. Business Automobile Liability Insurance b. Workers' Compensation and Employers' Liability Insurance c. Commercial General Liability Insurance d. Builders' Risk Insurance— (Generally required for all "vertical" construction. Check with Project Manager for requirements.) FOR ALL OTHER CONTRACTS, PLEASE REFER TO THE INSURANCE SECTION FOR TYPE OF INSURANCE REQUIRED. (For example Engineering Service Contracts usually require"professional liability insurance".) 5. EFFECTIVE DATE & EXPIRATION DATE Please make sure dates are current. 6. City of Round Rock must be listed on the Certificate of Insurance as an additional insured (except Workers Compensation and Builders Risk). 7. Certificate must indicate that the insurance Company must give the City of Round Rock notice of any changes, cancellation, etc. at least thirty(30) days prior to date of change. 8. Make sure Certificate is signed by an Agent Licensed in the State of Texas, this can also be found on the Texas Department of Insurance website—www.tdi.state.tx.us—Agent Lookup. PERFORMANCE BOND Bond No.4424642 THE STATE OF 'TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Austin Engineering Co., Inc. of the City of Austin , County of Travis , and State of Texas , as Principal, and Suretec 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 three hundred and eighty-six thousand six hundred and thirty-nine Dollars ($ 386,639 ) 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 lj kh- day of , 20 18to which the 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: Lisa Rae Drive Improvements (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 7th day of December , 2018 . Austin Engineering Co., Inc. Suretec Insurance Company Principal Surety .\j\Pr David S. Ballew Printed Name Printed Name By: By: Title:__ Origin'j1- ' , Title: Attorney-In-Fact Address: P.O. Box 342349 Address: 1330 Post Oak Blvd., Ste 1100 Austin, Texas 78734 Houston, Texas 77056 Resident Agent of Surety: Signature David S. Ballew Printed Name 3802 Manchaca Road Street Address Austin, Texas 78704-6734 City, State &Zip Code Page 2 00610 7-2009 Performance Bond 00090656 PAYMENT BOND Bond No.4424642 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Austin Engineering Co., Inc. , of the City of Austin , County of Travis , and State of Texas as Principal, and Company surance 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 three hundred and eighty-six thousand six hundred and thirty-nine Dollars ($ 386,639 ) 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 a certain written Agreement with the Owner, dated the day of t7ece4,0361-L- , 2018 , 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: Lisa Rae Drive 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, 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 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 7th day of December , 2018 . Austin Engineering Co., Inc. Suretec Insurance Company Principal Surety (,0:1<e David S. Ballew Printed Name Printed Name By: Title. • 1.11)-51 Title: Attorney-In-Fact At e ess: P.O. Box 342349 Address: 1330 Post Oak Blvd., Ste 1100 Austin, Texas 78734 Houston, Texas 77056 Resident Agent of Surety: Signature David S. Ballew Printed Name 3802 Manchaca Road Street Address Austin, Texas 78704-6734 Page 2 00620 7-2009 Payment Bond 00090656 • POA#: 4221356 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint David S. Bellew its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Three Million Dollars and 00/100($3,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO,sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President,any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this 16th day of October A.D.2018 Mww SURETEC INS 5vF1ANC ' • PANY iv, N.._ By: ww4I►` JohnKno .,CEO co / State of Texas ss: -P.. t, ,it �_ County of Harris On this 16th day of October ,A.D.2018 before me personally came John Knox Jr.,to me known,who, being by me duly sworn, did depose and say, that he resides in Houston,Texas,that he is CEO of SURETEC INSURANCE COMPANY,the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. .`'' ",, JACQUELYN GREENLEAF ` Notary Public,State of Texas .:`�'` Comm.Expires 05-18-2021 ` '',�r°i:�'`' Notary ID 126903029 Jacel n Greenleaf,NotaryPublic My commission expires May 18,2021 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 7th day of December 201 8 , A.D. pir .Bren Beaty,A istant Se •tary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:30 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev 1.1.06 A RD CERTIFICATE OF LIABILITY INSURANCE DATE(fdl�i/DD/YYYY) 12/07/2018 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 Service Insurance Group,Inc. HAMS Donna Beeler PG Box 5753 PHONE Hr\Frt)- (979)774-3900 (Arc.No):(979)774-3955 E-MAI L _..: 3840 Corporate Center Dr . ••••. •-- - .6") igbcs.corn Bryan TX 77805-5753 INSURER(S)AFFORDING COVERAGE HAIL# INSURER A:United Fire&Casualty 19496 INSURED INSURER e,Service Lloyds Insurance 43389 Austin Engineering Co.,Inc. INSURER C: P4 Box 342349 INSURER D: Austin TX 78734- INSURER E; INSURER F: -COVERAGES CERTIFICATE NUMBER:2018-2019 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 MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF I POLICY EXP LTR TYPE OF INSURANCE ,JKSn wvI POLICY tIUJ49EB (MMLJ)D/YYYY) j?lWoD/YYYY) LIMITS A X COMMERCIAL GENERAL0 LIABILITY X X 85322286-1 07/01/201807/01/2019 EACH OCCURRENCE S 11000,0 CLAIMS-MADE X OCCUR PREDAM SFS(Fs GE TO RENTED S 100,000 X Blkt Addl Insd MED EXP(Any one person) $ 5,000 X Mkt Waiver of Sub PERSONAL&ADVINJURY S 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 POLICY X JE r- LOC PRODUCTS-COMP/OP AGG S 2,000,000 X OTHER*Jobsite Pollution Jobsite Pollution $ 1,000.000 , A AUTOMOBILE LIABILITY x X 85322286-1 07/01/201807/01/2019 FOMBI EDO SINGLE LIMIT $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) _ S ALL OWNED SCHEDULED BODILY INJURYPar accident S AUTOS AUTOS ( ) X HIRED AUTOS X LION-OWNED PROPERTY DAMAGE S -AUTOS (Par accident) _ X MCS90 S A X UMBRELLA LIAB X OCCUR X X 85322286-1 07/01/201807/01/2019 EACH OCCURRENCE S 5,000,000 EXCESS UAB CLAIMS-MADE AGGREGATE S 5,000,000 DED RETENTION S S B WORKERS COMPENSATION X WC0030138-2018A 07/01/241807/01/2019 X STATUTE 0TH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE LTN E.L.EACH ACCIDENT S 1,000,000 OFFICER/MEMBER EXCLUDED? 1p, H/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 if yes, be under DESCRIPTIONFO OPERATIONS bekriv E.L.DISEASE-POLICY LIMIT 5 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS!VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Project:Lisa Rae Improvements The General Liability&Automobile policy contains a""Blanket Additional Insured"provision that establishes the scope of Additional Insured coverage granted to the Certificate Holder. Where permitted by state law,the Insurer waives its right to subrogate against the Certificate Holder by reason of payments made under the General Liability,Automobile&Workers Compensation policy,but only under the circumstances stated in the policy. CERTIFICATE HOLDER CANCELLATION AI 016382 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 East Main St. Round Rock TX 78664- AUTHORIZEDREPRESENTATVE C:: :,,,-„S--- ..\--.,_:..s-, I Fax:( ) - ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD City of Round Rock Lisa Rae Dr.Utility Roadway Improvements Halff Assoc.Bid Analysis November 1,2018 ENGINEER'S ESTIMATE AUSTIN ENGINEERING CO., SMITH CONTRACTING CO., PATIN CONSTRUCTION, BID BID UNIT INC. INC. JBS UNDERGROUND,LLC CHASCO CONSTRUCTORS ITEM TECH SPEC DESCRIPTION QUANTITY MEASURE LLC UNIT COST LINE ITEM UNIT COST LINE ITEM UNIT COST LINE ITEM UNIT COST LINE ITEM UNIT COST UNE ITEM UNIT COST LINE ITEM SUBTOTAL SUBTOTAL SUBTOTAL SUBTOTAL SUBTOTAL SUBTOTAL 1 101 PREPARING RIGHT OF WAY 7 STA $3,300,00 $23,100.00 $1,000.00 $7,000.00 $3,000.00 $21,000,00 $833.46 $5,834.22 $5,100.00 $35,700.00 $3,000.00 $21,000.00 2 104 REMOVE P.C.CONCRETE SIDEWALK&DRIVEWAYS 2,124 SF $3.00 $6,372.00 $2.00 $4,248.00 $3.75 $7,965.00 $3.00 $6,378.37 $3:00 $6,372700 $7.00 $14,868.00 �..� 3 104 REMOVE P.C.CONCRETE CURB 7 LF $18.D0 $126.00 $4.00 $28.00 $20.00 $140.00 $91.99 $643.92 $20.00 $140.00 $15.00 $105.00 Qi 4 110 STREET EXCAVATION 1,532 CY $12.00 $18,384.00 $30.00 $45,960.00 $25.00 $38,300.00 $32.18 $49,292.10 $28.00 $42,896.00 $37.00 $56,684.00 5 132 EMBANKMENT 10 CY $28.00 $280.00 $20.00 $200.00 $50.00 $500.00 $291.71 $2,917.11 $50.00 $500.00 $25.00 $250.00 6 201 MOISTURE CONDITIONED SUB-GRADE 2,387 SY $4.00 $9,548.D0 $3.00 $7,161.00 $7.00 $16,709.00 $3.67 $8,750.74 $100 $7,161.00 $15.00 $35,805.00 7 210 FLEXIBLE BASE 664 CY $65.00 $43,160,00 $70.00 $46,480.00 $50.00 $33.200.00 $53.84 $35,747.77 $46.00 $30,544.00 $70.00 $46,480.00 8 306 PRIME COATS 540 GAL $3.00 $1,620.00 $5.00 $2,700.00 $5.00 $2,700.00 $5.75 $3,105.00 $5.00 $2,700.00 $5.00 $2,700.00 9 340 HOT MIX ASPHALTIC CONCRETE PAVEMENT 297 TON $100.00 $29,700.00 $105.00 $31,185.00 $120.00 $35,640.00 $132.25 $39,278.25 $100.00 $29,700.00 $115.00 $34,155.00 10 430 P.C.CONCRETE CURB&GUTTER 58 LF $20:00 $1,160.00 $30.00 $1,740.00 $30.00 $1,740.00 $67.91 $3,938.72 $20.00 $1,160.00 $12.00 $696.00 11 430 P.C.RIBBON CURB 1,502 LF $16.00 $24,032.00 $20.00 $30,040.00 $15.00 $22,530.00 $5.94 $8,923.38 $14.00 $21,028.00 $12.00 $18,024.00 12 432 P.C.CONCRETE SIDEWALKS 7 SY $49.00 $343.00 $170.00 $1,19000 $100.00 $700.00 $520.79 $3,645.50 $100.00 $700.00 $60.00 $420.00 13 433 P.C.CONCRETE DRIVEWAY 398 SY $70.00 $27,860.00 $72.00 $28,656.00 $76.00 $30,248.00 $25.12 $9,999.35 $78.00 $31,044.00 $75.00 $29,850.00 14 506 NEW MANHOLE CONSTRUCTION,4FT DIA. 3 EA $6,700.00 $20,100.00 $4,500.00 $13,500.00 $5,600.00 $16,800.00 $10,650.22 $31,950.67 $7,000.00 $21,000.00 $5,000.00 $15,000.00 15 506 MAJOR MANHOLE ADJUSTMENT,4 FT DIA. 1 EA $4;800.00 $4,800.00 $600.00 $600.00 $2,500,00 $2,500.00 $6,203.27 $6,203.27 $13,100.00 $13,100.00 $2,500.00 $2,500.00 16 509 TRENCH SAFETY SYSTEMS ALL DEPTHS 1,479 LF $2.65 $3.919.35 $1.00 $1,479.00 $1.00 $1,479.00 $2.00 $2,958.00 $2.00 $2,958.00 $2.00 $2,958.00 17 510 PIPE,6"DIA.PVC,ASTM 3034 SDR-26(ALL DEPTHS)INC. 15 LF $50.00 $750.00 $70.00 $1,050.00 $105,D0 $1,575.00 $208.59 $3,128.87 $70.D0 $1,050.00 $70.00 $1,050.00 EXCAV.&BACKFILL WW 18 510 PIPE,6"DIA.CLASS 350 D.I.P.(ALL DEPTHS)INC.EXCAV.& 10 LF $55.00 $550.00 $80.00 $800.00 $138.00 $1,380,00 $338.54 $3,385.38 $100,00 $1,000.00 $60.00 $600.00 BACKFILL WATER 19 510 PIPE,8"DIA.PVC,ASTM 3 SDR-26(ALL DEPTHS)INC. EXCAV.&BACKFILL(WW) 1,006 LF $57.00 $57,342.00 $75.00 $75,450.00 $60.00 $60,360.06 $76.57 $77,028.41 $70.00 $70,420.00 $80.00 $80,480.00 20 510 PIPE,8"DIA.PVC,AWWA C-900 DR-14(ALL DEPTHS)INC. 448 LF $48.00 $21,504,00 $60.00 $26,880.00 $50.00 $22,400.00 $57.81 $25,896.64 $50,00 $22,400.00 $60.00 $26,880.00 EXCAV.&BACKFILL WATER 21 510 INSTALL LATERAL SERVICE TO REPLACED PIPE(1"DIA. 2 EA $3500.00 $7,000.00 $1,300.00 $2,600.00 $1,600.00 $3,200.00 $4,923.19 $9,846.38 $3;300.00 $6,600.00 $1,300.00 $2,600.00 SINGLE SERVICE)(8"DIA.PVC PIPE 22 510 INSTALL LATERAL SERVICE TO REPLACED PIPE(1.5"DIA. 2 EA $3,800.00 $7,600.00 $1,400.00 $2,800.00 $1,800.00 $3;600.00 $5,097.43 $10,194.86 $2,500.00 $5,000.00 $1,500.00 $3,000.00 DUAL SERVICE)(8"DIA.PVC PIPE 23 510 INSTALL LATERAL SERVICE TO REPLACED PIPE(6"DIA. 7 EA $2,800.00 $19,600.00 $1,100.00 $7,700.00 $2;000.00 $14;000.00 $3,285.30 $22,997.07 $1;900.00 $13,300.00 $1,500.00 $10,500.00 SINGLE SERVICE)(8"DIA.PVC PIPE WW 24 510 PRESSURE TAP,FULL BODIED SS SLEEVE(8"x8")INC.8 1 EA $4,700.00 $4,700.00 $7,000.00 $7,000.00 $5,000.00 $5,000.00 $3,290.39 $3,290.39 $7,000.00 $7,000,00 $7,500.00 $7,500.00 GATE VALVE 25 510 DUCTILE IRON FITTINGS 0.1 TON $14,500.00 $1,458.00 $10,000.00 $100.00 $9,000.00 $900.00 $40,448.30 $4,044.83 $9,000.00 $900.00 $10,000.00 $1,000.00 26 511 VALVES,RESILIENT SEAT GATE,6"DIA. 2 EA $1,800.00 $3,600.00 $1,600.00 $3,200.00 $1,400.00 $2;800.00 $1,019.02 $2,038.04 $1500.00 $3,000.00 $2,500.00 $5,000.00 27 511 FIRE HYDRANTS 2 EA $4,200.00 $8,400.00 $3,500.00 $7,000.00 $3,900.00 $7,800.00 $5,342.46 $10,684.91 $4,000.00 $8,000.00 $4,000.00 $8,000.00 28 609 TOPSOIL 4"&SEEDBED PREP. 1,650 SY $1.75 $2.887,50 $1.00 $1,650.00 $6.00 $9,900.00 $5.53 $9,127.80 $3.50 $5,775.00 $4.00 $6,600.00 29 609 NATIVE GRASSLAND SEEDING&PLANTING 1,650 SY $1.50 $2,475.00 $1.00 $1,650.00 $5.00 $8,250.00 $0.95 $1,567.50 $5.50 $9,075.00 $0.50 $825.00 30 610 PROTECTIVE FENCING TYPE C OTHER MATERIAL 75 LF $12.00 $900,00 $3.00 $225.00 $2.75 $206.25 $7.76 $582.00 $5.00 $375.00 $5.00 $375.00 31 628 FILTER CURB INLET PROTECTION EXIST.INLET 2 EA $750,00 $1,500.00 $100.00 $200.00 $100.00 $200,00 $266.20 $532.40 $100.00 $200.00 $100.00 $200.00 32 641 STABILIZED CONSTRUCTION ENTRANCE 1 EA $1,800.00 $1,800.00 $500.00 $500.00 $2;500,00 $2,500.00 $1,929.95 $1,929.95 $2,500.00 $2,500.00 $1,500.00 $1,500.00 33 642 SILT FENCE FOR EROSION CONTROL 964 LF $2.65 $2,554.60 $3.00 $2,892.00 $3.00 $2,892.00 $2.49 $2,404.22 $3.00 $2,892.00 $2.50 $2,410.00 34 700 TOTAL MOBILIZATION 1 LS $47,500.00 $47,500,00 $14,000.00 $14,000.00 $20,000.00 $20,000.00 $22,500.00 $22,500.00 $36,000.00 $36,000.00 $24,000.00 $24,000.00 35 702 REMOVE&RELOCATE EXIST.4 FT FENCE 365 LF $24.00 $8,760.00 $15.00 $5,475.00 $22.50 $8,212.50 $15.98 $5,834.16 $25.00 $9,125.00 $25.00 $9,125.00 36 803 BARRICADES,SIGNS AND TRAFFIC HANDLING 5 MO $8,400.00 $42.000.00 $250.00 $1,250.00 $1,000.00 $5,000.00 $2,178.00 $10,890.00 $500,00 $2.500.00 $2,500.00 $12,500.00 37 824 TRAFFIC SIGNS 3 EA $1.500.00 $4,500.00 $350.00 $1,050.00 $500.00 $1.500.00 $473.21 $1,419.63 $385.00 $1.155.00 $330.00 $990.00 TOTAL COST OF BASE BID(CORRECTED) $461,877.45 $385,639,00 $413,826.75 $448,889.83 $454,970.00 $486,630.00 COST OF BASE BID SUBMITTED $386,539.00 $413,826.75 $448,890.85 $454,970.00 $486,630.00 DIFFERENCE FROM ERROR ($900.00) $0.00 ($1.e2) $0.00 $0.00 BIDDER'S STATEMENT OF QUALIFICATION YES YES YES YES YES BID BOND YES YES YES YES YES Page 1 of 2 City of Round Rock Lisa Rae Dr.Utility Roadway Improvements Halff Assoc.Bid Analysis November 1,2018 PROTA CONSTRUCTION UNDERGROUND WATER DeNUCCI CONSTRUCTORS, AARON CONCRETE THYSSEN LAUGHLIN,INC. BID BID UNIT INC. SOLUTIONS CO. LLC CONTRACTORS,LIP ITEM TECH SPEC DESCRIPTION QUANTITY MEASURE LINE ITEM LINE ITEM TINE ITEM LINE ITEM LINE ITEM UNIT COST SUBTOTAL UNIT COST SUBTOTAL UNIT COST SUBTOTAL UNIT COST SUBTOTAL UNITCOST SUBTOTAL 1 101 PREPARING RIGHT OF WAY 7 STA $532.00 $3,724.00 $1,600.00 $11,200.00 $3,500.00 $24,500.00 $1,420.56 $9,943.92 $9,D00.00 $63,000.00 2 104 REMOVE P.C.CONCRETE SIDEWALK&DRIVEWAYS 2,124 SF $6.00 $12,744.00 $1.25 $2,655.00 $5.00 $10,620.00 $10.00 $21,240.00 $1.50 $3,186.00 3 104 REMOVE P.C.CONCRETE CURB 7 LF $34,00 $238.00 $60.00 $420.00 $20.00 $140,00 $1,609.71 $11,267.97 $24.00 $168.00 4 110 STREET EXCAVATION 1,532 CY $36.00 $55,152.00 $35.00 $53,620.00 $15.00 $22,980.00 $10.00 $15,320.00 $45.00 $68,940.00 5 132 EMBANKMENT 10 CY $101.00 $1,010.00 $258.00 $2,580.00 $40.00 $400.00 $963.20 $9,632.00 $165.00 $1,650.00 6 201 MOISTURE CONDITIONED SUB-GRADE 2,387 SY $8.00 $19,096.00 $9.00 $21,483.00 $5.00 $11,935.00 $13.50 $32,224.50 $3.00 $7,161.00 7 210 FLEXIBLE BASE 664 CY $30.00 $19,920:00 $42.00 $27,888.00 $105.00 $69,720.00 $13.17 $8,744.88 $61.00 $40.504.00 8 306 PRIME COATS 540 GAL $6.00 $3,240.00 $10.00 $5,400.00 $7.00 $3,780.00 $7.36 $3,974.40 $5.00 $2,700.00 9 340 HOT MIX ASPHALTIC CONCRETE PAVEMENT 297 TON $143,00 $42,471.00 $120.00 $35,640.00 $138.00 $40,986.00 $130.74 $38,829.78 $133.00 $39,501.00 10 430 P.C.CONCRETE CURB&GUTTER 58 LF $43.00 $2,494.00 $63.00 $3,654.00 $22,00 $1,276.00 $95.00 $5,510.00 $38.00 $2,204.00 11 430 P.C.RIBBON CURB 1,502 LF $12.00 $18,024.00 $15.00 $22,530.00 $22.00 $33,044.00 $28.00 $42,056.00 $18.00 $27,036.00 12 432 P.C.CONCRETE SIDEWALKS 7 SY $189.00 $1,323.00 $450.00 $3,150.00 $100.00 $700.00 $120.00 $840.00 $200.00 $1,400.00 13 433 P.C.CONCRETE DRIVEWAY 398 SY $91.00 $36,218.00 $70.00 $27,860.00 $75.00 $29,850.00 $117.00 $46,566.00 $132.00 $52,536.00 14 506 NEW MANHOLE CONSTRUCTION,4FT DIA. 3 EA $12,830.00 $38,490.00 $6,000.00 $18,000.00 $5,000.00 $15,000.00 $3,200.00 $9,600.00 $4,660.00 $13,980.00 15 506 MAJOR MANHOLE ADJUSTMENT,4 FT DIA. 1 EA $1,385.00 $1,385.00 $3,100.00 $3,100.00 $1,500.00 $1,500.00 $2,168.00 $2,168.00 $2,450.00 $2,450.00 16 509 TRENCH SAFETY SYSTEMS ALL DEPTHS 1,479 LF $3.00 $4,437.00 $4.00 $5,916.00 $3.00 $4,437.00 $18.00 $26,622.00 $3.00 $4,437.00 17 510 PIPE,6"DIA.PVC,ASTM 3034 SDR-26(ALL DEPTHS)INC.EXCAV.&BACKFILL(WW) 15 LF $52.00 $780.00 $230.00 $3,450.00 $65.00 $975.00 $386.00 $5,790.00 $95.00 $1,425.00 18 510 PIPE,6"DIA.CLASS 350 D.I.P.(ALL DEPTHS)INC.EXCAV.& 10 LF $50.00 $500.00 $230.00 $2,300.00 $105.00 $1,050.00 $386.00 $3,860.00 $115.00 $1,150.00 BACKFILL WATER 19 510 PIPE,8"DIA.PVC,ASTM 3034 SDR-26(ALL DEPTHS)INC. 1,006 LF $77.00 $77,462.00 $79.00 $79,474.00 $55.00 $55,330,00 $100.00 $100,600.00 $103.00 $103,618.00 EXCAV.&BACKFILL WW 20 510 PIPE,8"DIA.PVC,AWWA C-900 DR-14(ALL DEPTHS)INC. 448 LF $88.00 $39,424,00 $85.00 $38,080.00 $85,00 $38,080.00 $99.00 $44,352.00 $104.00 $46,592.00 EXCAV.&BACKFILL WATER 21 510 INSTALL LATERAL SERVICE TO REPLACED PIPE(1"DIA. 2 EA $887.00 $1,774.00 $3,200.00 $6,400.00 $8;000.00 $16,000.00 $3,500.00 $7,000.00 $2,700.00 $5,400.00 SINGLE SERVICE)(8"DIA.PVC PIPE 22 510 INSTALL LATERAL SERVICE TO REPLACED PIPE(1.5"DIA. 2 EA $1,625.00 $3,250,00 $3,400.00 $6,800.00 $9,500.00 $19,000.00 $3,500.00 $7,000.00 $3,600.00 $7,200.00 DUAL SERVICE 8"DIA.PVC PIPE 23 510 INSTALL LATERAL SERVICE DI REPLACED PIPE(6"DIA. 7 EA $1,064.00 $7,448.00 $3,600.00 $25,200.00 $9,500.00 $66,500.00 $2,968.00 $20,776.00 $2,000.00 $14,000.00 SINGLE SERVICE) 8"DIA.PVC PIPE WW 24 510 PRESSURE TAP,FULL BODIED SS SLEEVE(8"x8")INC.8 1 EA $3,940.00 $3;940.00 $7,800.00 $7,800.00 $3,500.00 $3,500.00 $3,155.46 $3,155.46 $7,400.00 $7,400.00 GATE VALVE 25 510 DUCTILE IRON FITTINGS 0.1 TON $27,310.00 $2,731.00 $33,200.00 $3,320.00 $15,000.00 $1,500.00 $2,000.00 $200.00 $60,000.00 $6,000.00 26 511 VALVES,RESILIENT SEAT GATE,6"DIA. 2 EA $942.00 $1,884.00 $1,100.00 $2,200.00 $1,800.00 $3,600.00 $1,560.00 $3,120.00 $2,100.00 $4,200.00 27 511 FIRE HYDRANTS 2 EA $4,013.00 $8,026.00 $4,500.00 $9,000.00 $4,800.00 $9,600.00 $1,538.00 $3,076.00 $3,700.00 $7,400.00 28 609 TOPSOIL 4" &SEEDBED PREP. 1,650 SY $3.50 $5,775.00 $9.00 $14,850.00 $8.00 $13,200.00 $6.57 $10,840.50 $7.00 $11,550.00 29 609 NATIVE GRASSLAND SEEDING&PLANTING 1,650 SY $6.50 $10,725.00 $5.00 $8,250.00 $1.00 $1,650.00 $1.01 $1,666.50 $4.00 $6,600.00 30 610 PROTECTIVE FENCING TYPE C OTHER MATERIAL 75 LF $6.00 $450.00 $17.00 $1,275.00 $8.00 $600.00 $4.80 $360.00 $3.00 $225.00 31 628 FILTER CURB INLET PROTECTION EXIST.INLET 2 EA $165.00 $330.00 $290.00 $580.00 $90,00 $180.00 $95.00 $190.00 $94.00 $188.00 32 641 STABILIZED CONSTRUCTION ENTRANCE 1 EA $2,277.00 $2,277.00 $2,200.00 $2,200.00 $1,200.00 $1,200.00 $1,500.00 $1,500.00 $2,400.00 $2,400.00 33 642 SILT FENCE FOR EROSION CONTROL 964 LF $7.00 $6.748.00 $3.20 $3,084.80 $3.00 $2,892.00 $2.50 $2,410.00 $3.00 $2,892.00 34 700 TOTAL MOBILIZATION 1 LS $39,000.00 $39,000.00 $15,000.00 $15,000.00 $20,000.00 $20,000.00 $35,709.46 $35,709.46 $37,000.00 $37,000.00 35 702 REMOVE&RELOCATE EXIST.4 FT FENCE 365 LF $34.00 $12,410.00 $6.00 $2,190.00 $10.00 $3,650.00 $17.95 $6,551.75 $3200 1 $11,680.00 36 803 BARRICADES,SIGNS AND TRAFFIC HANDLING 5 MO $1,057.00 $5,285.00 $3,354.00 $16,770.00 $2,000.00 $10.000.00 $1,300.00 $6,500.00 $3;000.00 $15,000.00 37 824 TRAFFIC SIGNS 3 EA $605.00 $1,815.00 $3,600.00 $10,800.00 $600.00 $1 800.00 $450.00 $1,350.00 $160.00 $480.00 TOTAL COST OF BASE BID(CORRECTED) $492,000.00 $504,119.80 $541;175.00 $550;547.12 $623,253.00 COST OF BASE BID SUBMITTED 492000 $504,119.80 $541,175.00 -$552,189.15 $623,253.00 DIFFERENCE FROM ERROR $0.00 $0.00 $0.00 ($1,542.03) $0.00 BIDDER'S STATEMENT OF QUALIFICATION YES YES YES YES YES BID BOND YES YES YES YES YES Page 2 of 2 was .ONE .. HALF November 1,2018 34299 Mr. Eddie Zapata,Project Manager City of Round Rock Utilities 2008 Enterprise Dr. Round Rock,TX 78664 RE: Lisa Rae Dr. Utility&Roadway Improvements Dear Mr. Zapata: Halff Associates, Inc. analyzed all the bids received at the October 31" opening for accuracy and consistency. The apparent low bidder is Austin Engineering Company, Inc. from Austin, Texas. Please refer to the attached Bid Tabulation. Based on out experience:and our opinion formed by the documentation provided in the bid proposal, we recommend the City of bound Roche ein_ploy Austin F ntrineering Co. for this project, Sincerely, HALFF ASSOCIATES, INC. 0' ,T���tai Noah Shaffer, ?. +�+' :�' ''•!�'' �' NOAH,S. SHAFFER / 107722 •` 47"H 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. 2018-423969 AUSTIN ENGINEERING CO., INC. 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 11/08/2018 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. 2018LISARAE LISA RAE IMPROVEMENTS 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Tintermediary 5 Check only if there is NO Interested Party, X 6 UNSWORN DECLARATION My name is Travis W. Keller, Vice President and my date of birth is My address is P.O. Box 342349 Austin TX 78734 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Travis County, State of Texas ,on the 8th day ofNovembet 20 18. (month) (year) 5i �atur of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711 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. 2018-423969 AUSTIN ENGINEERING CO., INC. 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 11/08/2018 being filed. CITY OF ROUND ROCK Date Acknowledged: 11/14/2018 g 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. 2018LISARAE LISA RAE IMPROVEMENTS 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 V1.0.6711