Loading...
Contract - Santa Clara Construction - 12/6/2018 City of Round Rock.TexasContract Form Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the *NI- 41iA (lid)day of Vawat Y in the year 20 18 . BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Santa Clara Construction, Ltd. ("Contractor") 9811 Anderson Mill Road, Suite 201 Austin, Texas 78750 The Project is described as: DB Wood/SH 29 CoRR 30"Raw Water Line Relocation From DB Woods Rd to 830'West of Wolf Ranch Pkwy Total length of project:2211 LF The Engineer is: Lance Parisher,P.E. CobbFendley 505 E.Huntland Drive,Suite 100 Austin,Texas 78752 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 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 one-hundred and fifty ( 150 ) calendar days from issuance by Owner of Notice to Proceed, subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work (or any portion thereof) on or before the date(s)specified for Substantial Completion in the Agreement, Contractor shall pay to Owner, as liquidated damages, the sum of 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 eighty (180 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract. The Contract Sum shall be $ One Million, Four Hundred Thirty-seven Thousand, Two Hundred Ninety-four dollars and zero cents ($ 1.437.294.00 ),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 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 October 2018 7.1.4 The Specifications are those contained in the Project Manual dated October 2018 7.1.5 The Drawings,if any,are those contained in the Project Manual dated October 2018 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated October 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 October 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: Construction Plans 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: Jeff Bell Senior Project Manager 2008 Enterprise Drive,Round Rock,TX 78664 8.3 Contractor's representative is: Michael S. Hey' President of Santa Clara Construction Management, LLC General Partner of Santa Clara Construction. Ltd. 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 ROC► ,TEXAS SANTA CLARA CONSTRU TI* LTD. Printed N. e: L� / /I ► Printed Name: Michael S. Heyl A President of Santa Clara Construction Management,LLC. Title 1‘40140 Title:General Partner of Santa Clara Construction,Ltd. Date Signed: t 2►1A/�/.1y Date Signed: 12/12/2018 ATTEST: 94111110:70bt—s. City Clerk FOR 1 'TY APPROVED AS 0 ORM: fr•girt City ttr 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"eligible 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. 1056976 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Santa Clara Construction, Ltd. of the City of Austin , County of Travis , and State of Texas , as Principal, and The Hanover Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner),in the penal sum of One Million Four Hundred Thirty Seven Thousand Two Hundred Ninety Four and 00/100's Dollars ($ 1,437,294.00 ) 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 17 LP,kV1F jr--- , 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: DB Wood/SH 29 CoRR 30" Raw Water Line Relocation (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 12th day of December , 20 18 . Santa Clara Construction, Ltd. The Hanover Insurance Company Principal Surety Michael S. Hey! David S. Ballew Printed Name/ Printed Name By. By: Title: wird nt of Sant CClara Const ction Mana e ent LLC Genera Partner otSanta Clara Construction,Lt . Title: Attorney-In-Fact Address: 9811 Anderson Mill Road, Suite 201 Address: 440 Lincoln Street Austin,Texas 78750 Worcester,MA 01653-0002 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. 1056976 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Santa Clara Construction,Ltd. , of the City of Austin , County of Travis , and State of Texas as Principal, and The Hanover Insurance Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of One Million Four Hundred Thirty Seven Thousand Two Hundred Ninety Four and 00/100's Dollars ($ 1,437,294.00 ) 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 a certain written Agreement with the Owner, dated the '�?� day of PJ(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: DB Wood/SH 29 CoRR 30" Raw Water Line Relocation (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 2 00620 7-2009 Payment Bond 00090656 I I 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 12th day of December , 20 18. Santa Clara Contruction,Ltd. The Hanover Insurance Company Principal Surety Michael S. Heyl David S. Ballew Printed Name Printed Name B . _ ` By: '11141111116 \_ rest.ent o ant ara qnstruc on Management,LLC Title:General Partner of anta lara C instruction,Ltd. Title: Attorney-In-Fact Address: 9811 Anderson Mill Road, Ste. 201 Address: 440 Lincoln Street Austin,Texas 78750 Worcester,MA 01653-0002 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 00620 7-2009 Payment Bond 00090656 . THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both being corporations organized and existing under the laws of the State of New Hampshire,and CITIZENS INSURANCE COMPANY OF AMERICA,a corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint David S.Ballew of Bellew Surety Agency Inc,of Austin,TX and each is a true and lawful Attorney(s)-in-fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States,or,if the following line be filled in,only within the area therein designated any and all bonds,recognizances,undertakings,contracts of indemnity or other writings obligatory in the nature thereof,as follows: Any such obligations in the United States,not to exceed Thirty Five Million and No/100($35,000,000)in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED,That the President or any Vice President,in conjunction with any Vice President,be and they are hereby authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and all bonds,recognizances, contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons."(Adopted October 7, 1981 -The Hanover Insurance Company;Adopted April 14,1982- Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents, this 22nd day of May 2014. THE HANOVER INSURANCE COMPANY faN lwyr SIS..Mr +� , ;40,'/-�"x�; � MASSACHUSETTS BAY INSURANCE COMPANY . .•• ,, ,,, ,. ct, CITIZENS SURANCE OMPAIv1Y OF AMERICA ityr 't ; k* 4•r t974ir d '� :*� Robert Thomas.Vice President THE COMMONWEALTH OF MASSACHUSETTS ) - "" �",� ►�>�,. 1�" �--- '"""� COUNTY OF WORCESTER )ss. Joe t renstrom,vice President On this 22nd day of May 2014 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. T44r BARBARA A.GARLICK It i Notary Public Commonweatlh o!Massachusetts / 7'.1—oiofa !< •My CammsonEx;4Sem.21,20t6 Barbara A.Garlick,Notary Public My Commission Expires September 21,2018 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED,That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or any Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile." (Adopted October 7,1981 -The Hanover Insurance Company;Adopted April 14,1982-Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 12th day of December 2018. THE HANOVER INSURANCE COMPANY MA SA HUSETT BAY 1 i -di 411 4111 -•RA CE COMPANY CIT'EN. I SU- ,,�CE •,► • • ; OF AMERICA • J. h.-I "ate,Vice - es Tent IIIIPIIPP nn v r tt�starari�E(;r up° Texas Complaint Notice Commercial Lines IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call The Hanover Insurance Company/ Usted puede Ilamar al numero de telefono gratis de Citizens Insurance Company of America's toll-free The Hanover Insurance Company/Citizens Insurance telephone number for information or to make a Company of America's para informacion o para complaint at: someter una queja al: 1-800-343-6044 1-800-343-6044 You may also write to The Hanover Insurance Company/ Usted tambien puede escribir a The Hanover Insurance Citizens Insurance Company of America at: Company/Citizens Insurance Company of America al: 440 Lincoln Street 440 Lincoln Street Worcester,MA 01653 Worcester,MA 01653 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros to obtain information on companies,coverages, de Texas para obtener informacion acerca de rights or complaints at: companias,coberturas,derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance: Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 P.O. Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9104 Fax:(512)475-1771 Fax:(512)475-1771 Web:http://www.tdi.texas.gov Web:http://www.tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contact the agent or the reclamo,debe comunicarse con el agente o Ia com- company first. If the dispute is not resolved,you may pania primero.Si no se resuelve Ia disputa,puede contact the Texas Department of Insurance. entonces comunicarse con el departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: This UNA ESTE AVISO A SU POLIZA: Este aviso es solo notice is for information only and does not become para proposito de informacion y no se convierte en a part or condition of the attached document. parte o condicion del documento adjunto. The Hanover Insurance Company 1440 Lincoln Street,Worcester,MA 01653 181 1457(12/13)Page 1 or 1 Citizens Insurance Company of America 1808 North Highlander Way,Howell,MI 48843 hanover.com ACCORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) , 12/11/2018 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 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 rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Donna Walker NAME: K&S Insurance Agency PHONE (972)771-4071 FAX (972)771-4695 (A/C,No,Ext): (A/C,No): 2255 Ridge Road,Ste.333 E-MAIL dwalker@kandsins.com ADDRESS: P.O.Box 277 INSURER(S)AFFORDING COVERAGE NAIC# Rockwall TX 75087INSURER A: United Fire&Casualty Company 13021 INSURED INSURER B: Texas Mutual Insurance Co. 22945 Santa Clara Construction,Ltd. INSURER c: Hanover Insurance 22292 9811 Anderson Mill Road INSURER D: Suite 201 INSURER E: Austin TX 78750 INSURER F: COVERAGES CERTIFICATE NUMBER: 18-19 Master 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 POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) ) (MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $ 300,000 X $5,000 PD Ded.per Occurrence MED EXP(Any one person) $ 5,000 A 85317001 03/07/2018 03/07/2019 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X PRO LOC 0PROD OTHER: Pollution Liability $ 100,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED 85317001 03/07/2018 03/07/2019 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HNOD PROPERTY DAMAGE $ AUTOSIRED X ONLY _ AUTOSN-OWNEONLY (Per accident) X PD Ded:$5k Uninsured motorist CSL $ 1,000,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LIAB CLAIMS MADE 85317001 03/07/2018 03/07/2019 AGGREGATE $ 5,000,000 DED RETENTION$ 0 $ WORKERS COMPENSATION '/ PER OTH- AND EMPLOYERS'LIABILITY Y/N /� STATUTE ER B ANY PROPRIETOR/PARTNER/EXECUTIVE N/A TSF0001234754 03/07/2018 03/07/2019 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 belowE.L.DISEASE-POLICY LIMIT $ 1,000,000 Rented/Leased:Ea item $250,000 CE:Ded$1k;MTC:Ded:$2.5K C MTC:$75Ksingle;Installtn IHDA566353-03 03/07/2018 03/07/2019 Installation $1,000,000 Motor Truck Cargo $200,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project:DB Wood/SH 29 CoRR 30"Raw Water Line Relocation Please see attached for additional information. CERTIFICATE HOLDER CANCELLATION 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 Street AUTHORIZED REPRESENTATIVE ���/ I Round Rock TX 78664 / . ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD t t-3 eQ CP THE CITY OF ROUND ROCK BI DS EXTENDED AND CHECKED Utilities& Environmental Services 2008 Enterprise Drive BY : JLR Round Rock, Texas 78664 DATE : 11/9/2018 BID TABULATION CONTRACT : DB Wood/SH 29 CoRR 30" Raw Water Line Relocation Santa Clara Austin Engineering Royal Vista Patin Construction LOCATION : 2008 Enterprise Drive Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes DATE: 11/8/2018 Addendum(s)? Yes Addendum(s)? Yes Addendum(s)? Yes Addendum(s)? Yes Bid Bond? Yes Bid Bond? Yes Bid Bond? Yes Bid Bond? Yes APPROX. UNIT UNIT UNIT UNIT ITEM A ITEM DESCRIPTION QTY. UNIT PRI CE COST PRI CE COST PRI CE COST PRI CE COST 1 Mobilization 1 LS $57,000.00 $ 57,000.00 $60,000.00 $ 60,000.00 $40,000.00 $ 40,000.00 $65,000.00 $ 65,000.00 2 Re_M obi I i zati on 1 L S $ 5,000.00 $ 5,000.00 $ 8,500.00 $ 8,500.00 $ 15,000.00 $ 15,000.00 $ 1,500.00 $ 1,500.00 3 Barricades, Signs& Traffic 5 MO $ 600.00 $ 3,000.00 $ 900.00 $ 4,500.00 $ 1,500.00 $ 7,500.00 $ 1,140.00 $ 5,700.00 4 Port CTB(FUR& I NST) 2708 L F $ 37.00 $ 100,196.00 $ 25.00 $ 67,700.00 $ 57.00 $ 154,356.00 $ 25.00 $ 67,700.00 5 Port CT B(REM OV E) 2708 L F $ 2.00 $ 5,416.00 $ 3.00 $ 8,124.00 $ 10.00 $ 27,080.00 $ 12.50 $ 33,850.00 6 Crash Cush Atten(I N STL) 4 EA $ 100.00 $ 400.00 $ 9,000.00 $ 36,000-00 $ 9,500.00 $ 38,000.00 $ 6,250.00 $ 25,000.00 7 Crash Cush Atten(REM OV E) 4 EA $ 50.00 $ 200.00 $ 600.00 $ 2,400.00 $ 1,500.00 $ 6,000.00 $ 1,300.00 $ 5,200.00 8 Preparing Ri ght of Way 23 100' $ 500.00 $ 11,500.00 $ 1,000.00 $ 23,000.00 $ 800.00 $ 18,400.00 $ 1,130.00 $ 25,990.00 9 Clearing and Grubbing 7 100' $ 400.00 $ 2,800.00 $ 1,000.00 $ 7,000.00 $ 2,500.00 $ 17,500.00 $ 1,000.00 $ 7,000.00 10 Hot M i x A sphal ti c Conc. 70 SY $ 250.00 $ 17,500.00 $ 145.00 $ 10,150.00 $ 50.00 $ 3,500-00 $ 200.00 $ 14,000.00 11 Conc. Pavement Trench Repair 239 SY $ 80.00 $ 19,120.00 $ 110.00 $ 26,290.00 $ 40.00 $ 9,560.00- $ 90.00 $ 21,510.00 12 P.C. Conc.Curb and Gutter(Exc) 295 LF $ 25.00 $ 7,375.00 $ 30.00 $ 8,850.00 $ 30.00 $ 8,850.00 $ 12.00 $ 3,540.00 13 Reconstruct Conc.Sidewal ks 3358 SF $ 6.00 $ 20,148.00 $ 9.00 $ 30,222.00 $ 10.00 $ 33,580.00 $ 9.00 $ 30,222.00 14 P.C. Sidewalk Curb Ramp w/Pavers 4 EA $ 1,000.00 $ 4,000.00 $ 1,600.00 $ 6,400.00 $ 2,500.00 $ 10,000.00 $ 1,500.00 $ 6,000.00 15 Reconstruct P.C. Conc. Driveway 496 SF $ 8.00 $ 3,968.00 $ 13.00 $ 6,448.00 $ 30.00 $ 14,880.00 $ 9.00 $ 4,464.00 16 Jacki ng and Bori ng 48" R pe 385 LF $ 960.00 $ 369,600.00 $ 860.001 $ 331,100.00 $ 875.00 $ 336,875.00 1 $ 900.00 $ 346,500.00 Sheet 1 of 4 THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities& Environmental Services 2008 Enterprise Drive BY : JLR Round Rock, Texas 78664 DATE: 11/9/2018 BID TABULATION CONTRACT : DB Wood/SH 29 CoRR 30" Raw Water Line Relocation Santa Clara Austin Engineering Royal Vista Patin Construction LOCATION : 2008 Enterprise Drive Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes DATE: 11/8/2018 Addendum(s)? Yes Addendum(s)? Yes Addendum(s)? Yes Addendum(s)? Yes Bid Bond? Yes Bid Bond? Yes Bid Bond? Yes Bid Bond? Yes 17 Trench Exc. Safety Protection Syst. 1954 LF $ 1.00 $ 1,954.00 $ 1.00 $ 1,954.00 $ 5.00 $ 9,770.00 $ 1.15 $ 2,247.10 18 Water L i ne R pe 30" D i ameter 2211 L F $ 228.00 $ 504,108.00 $ 275.00 $ 608,025.00 $ 215.00 $475,365.00 $ 265.00 $ 585,915.00 19 Wet Connections, 30" Dia X 30" 4 EA $ 5,000.00 $ 20,00-0.00 $ 5,000.00 $ 20,000.00- $ 12,500.00 $ 50,000.00' $ 8,000.00 $ 32,000.00 20 Ductile Iron Fittings(C-110) 14.25 TON $ 12,000.00 $ 171,000.00 $ 6,000.00 $ 85,500.00 $ 8,000.00 $ 114,000.00 $ 10,200.00 $ 145,350.00 21 Valve, Butterfly, 30" Diameter 1 EA $ 18,000.00 $ 18,000.00 $ 18,000.00 $ 18,000.00 $ 18,000.00 $ 18,000-00 $ 17,100.00 $ 17,100.00 22 AutoCombinationAir/Vacuum 2 EA $ 7,000.00 $ 14,000.00 $ 7,000.00 $ 14,000.00 $ 5,000.00 $ 10,000.00 $ 8,000.00 $ 16,000.00 23 Native Seeding for Erosion Control 7917 SY $ 1.00 $ 7,917.00 $ 0.75 $ 5,937.75 $ 1.00 $ 7,917.00 $ 0.50 $ 3,958.50 24 R anti ng Oak Tree,6 5 EA $ 3,000.00 $ 15,000.00 $ 2,500.00 $ 12,500.00 $ 2,750.00 $ 13,750.00 $ 2,700.00 $ 13,500.00 PTotecti ve Fend ng I ype A Gha n 5.00 1,9 3.00 1,182.00 7.00 21758.00 3.00 1,182.00 26 Stabilized Constuction Entrance 3 EA $ 2,000.00 $ 6,000.00 $ 1,000.00 $ 3,000.00 $ 1,500.00 $ 4,500.00 $ 1,600.00 $ 4,800.00 ence or Eros on Uontrol 3974 L F $ 3.00 T 11,922.00 3.00 11,922.00 2.50 9,935. 2.50 9,935.00 29- rain Exi sti ng Uucti I e I ron M pe 5,000. 20,000.00 5,000.00-- 20,000.00 4,000. 16,000. 10,000.00 40,000.00 29 B I i nd FI ange,30" 4 EA $ 3,400.00 $ 13,600.00 $ 2,500.00 $ 10,000-00 $ 3,000.00 $ 12,000.00 $ 2,700.00 $ 10,800.00 30 Tree Removal, 9"-15" 3 EA $ 100.00 $ 300.00 $ 1,000-00 $ 3,000.00 $ 700.00 $ 2,100.00 $ 400.00 $ 1,200.00 31 Tree Removal, 16"-22" 4 EA $ 200.00 $ 800.00 $ 2,000.00 $ 8,000.00 $ 900.00 $ 3,600.00 $ 400.00 $ 1,600.00 32 Prep.And management of SWPPP 1 L S $ 3,500.00 $ 3,500.00 $ 3,000.00 $ 3,000.00 $ 5,000.00 $ 5,000.00 $ 1,500.00 $ 1,500.00 TOTAL: $ 1,437,294.00 1 $ 1,462,704.75 $ 1,495,776.00 $ 1,550,263.60 Red text indicates corrections upon bid tabulation. Sheet 2 of 4 THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities& Environmental Services 2008 Enterprise Drive BY : JLR Round Rock, Texas 78664 DATE: 11/9/2018 BID TABULATION CONTRACT : DB Wood/SH 29 CoRR 30" Raw Water Line Relocation Austin Underground Blackrock Construction WhitestoneCivil Smith Contracting LOCATION : 2008 Enterprise Drive Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes DATE: 11/8/2018 Addendum(s)? Yes Addendum(s)? Yes Addendum(s)? Yes Addendum(s)? Yes Bid Bond? Yes Bid Bond? Yes Bid Bond? Yes Bid Bond? Yes APPROX. UNIT UNIT UNIT UNIT ITEM A ITEM DESCRIPTION QTY. UNIT PRI CE COST PRI CE COST PRICE COST PRI CE COST 1 Mobilization 1 LS $80,000.00 $ 80,000.00 $80,000.90 $ 80, 000.90 $70,000.00 $ 70,000.00 $80,000.00 $ 80,000.00 2 Re-M obi I i zati on 1 LS $ 10,000.00 $ 10,000.00 $ 12,500.00 $ 12,500.00 $ 4,000.00 $ 4,000.00 $ 6,000.00 $ 6,000.00 3 Barricades, Signs& Traffic 5 MO $ 500.00 $ 2,500.00 $ 3,000.00 $ 15,000.00 $ 1,500.00 $ 7,500.00 $ 1,500.00 $ 7,500.00 4 Port CTB(FUR& INST) 2708 LF $ 40.00 $ 108,320.00 $ 51.00 $ 138,108.00 $ 50.00 $ 135,400.00 $ 65.00 $ 176,020.00 5 Port CTB (REMOVE) 2708 LF $ 6.50 $ 17,602.00 $ 12.00 $ 32,496.00 $ 10.00 $ 27,080.00 $ 10.00 $ 27,080.00 6 Crash Cush A tten(IN ST L) 4 EA $ 9,000-00 $ 36,000-00 $ 10,000.00 $ 40,000.00 $ 10,000-00 $ 40,000.00 $ 12,000.00 $ 48,000.00 7 Crash Cush Atten(REM OV E) 4 EA $ 630.00 $ 2,520.00 $ 1,000-00 $ 4,000.00 $ 600.00 $ 2,400.00 $ 1,300.00 $ 5,200.00 8 Preparing Right of Way 23 100' $ 400.00 $ 9,200.00 $ 300.00 $ 6,900.00 $ 400.00 $ 9,200.00 $ 600.00 $ 13,800.00 9 Cl eari ng and Grubbing 7 100' $ 1,500.00 $ 10,500-00 $ 1,100.00 $ 7,700.00 $ 1,000.00 $ 7,000.00 $ 1,300.00 $ 9,100.00 10 Hot M i x A sphal ti c Conc. 70 SY $ 45.00 $ 3,150.00 $ 85.00 $ 5,950.00 $ 100.00 $ 7,000.00 $ 225.00 $ 15,750.00 11 Conc. Pavement Trench Repair 239 SY $ 65.00 $ 15,535.00 $ 100.00 $ 23,900.00 $ 75.00 $ 17,925.00 $ 81.00 $ 19,359.00 12 P.C. Conc. Curb and Gutter(Exc) 295 LF $ 22.00 $ 6,490.00 $ 35.00 $ 10,325.00 $ 25.00 $ 7,375.00 $ 22.00 $ 6,490.00 13 Reconstruct Conc. Sidewal ks 3358 SF $ 15.00 $ 50,370.00 $ 8.00 $ 26,864.00 $ 6.00 $ 20,148.00 $ 7.50 $ 25,185.00 14 P.C. Sidewalk Curb Ramp w/Pavers 4 EA $ 1,800.00 $ 7,200.00 $ 2,000.00 $ 8,000.00 $ 1,200.00 $ 4,800.00 $ 2,100.00 $ 8,400.00 15 Reconstruct P.C. Conc. Driveway 496 SF $ 12.00 $ 5,952.00 $ 12.00 $ 5,952.00 $ 7.00 $ 3,472.00 $ 13.00 $ 6,448.00 16 Jacking and Boring 48" Pipe 385 LF -- 1 $ 1,100.00 1 $ 423,500.00 $ 950.00 $ 365,750.00 $ 1,66600T$ 385,000.00 1 $ 950.00 $ 365,7 Sheet 3 of 4 THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities& Environmental Services 2008 Enterprise Drive BY : JLR Round Rods, Texas 78664 DATE : 11/9/2018 BID TABULATION CONTRACT : DB Wood/SH 29 CoRR 30" Raw Water Line Relocation Austin Underground Blackrock Construction Whitestone Civil Smith Contracting LOCATION : 2008 Enterprise Drive Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes DATE: 11/8/2018 Addendum(s)? Yes Addendum(s)? Yes Addendum(s)? Yes Addendum(s)? Yes Bid Bond? Yes Bid Bond? Yes Bid Bond? Yes Bid Bond? Yes 17 Trench Exc. Safety Protection Syst. 1954 LF $ 2.50 $ 4,885.00 $ 0.10 $ 195.40 $ 5.00 $ 9,770.00 $ 1.00 $ 1,954.00 18 Water L i ne Pi pe 30" D i ameter 2211 L F $ 260.00 $ 574,860.00 $ 275.00 $ -608,025.00 $ 280.00 $ 619,080.00 $ 300.00 $ 663,300.00 19 Wet Connections, 30" Dia X 30" 4 EA $ 7,100.00 $ 28,400.00 $ 7,000.00 $ 28,000.00 $ 11,000.00 $ 44,000.00 $ 7,000.00 $ 28,000.00 20 Ductile Iron Fittings(C-110) 14.25 TON $ 5,000-00 $ 71,250.00 $ 7,000.00 $ 99,750.00 $ 7,000.00 $ 99,750.00 $ 5,800.00 $ 82,650.00 21 Valve, Butterfly, 30" Diameter 1 EA $ 16,500.00 $ 16,500.00 $ 15,500.00 $ 15,500.00 $ 16,000.00 $ 16,000.00 $ 18,900.00 $ 18,900.00 22 Auto Combination A i r/V acuum 2 EA $ 7,800.00 $ 15,600.00 $ 9,000-00 $ 18,000.00 $ 8,000.00 $ 16,000.00 $ 4,900.00 $ 9,800.00 23 Native Seeding for Erosion Control 7917 SY $ 2.75 $ 21,771.75 $ 1.50 $ 11,875.50 $ 2.00 $ 15,834.00 $ 1.75 $ 13,854.75 24 R anti ng Oak Tree,6 5 EA $ 2,700.00 $ 13,500.00 $ 3,050.00 $ 15,250.00 $ 2,500.00 $ 12,500-00 $ 3,000-00 $ 15,000.00 25 Protech ve Fencing Type A Chai n 394 LF $ 3.00 $ 1,182.00 $ 3.50 $ 1,379.00 $ 4.00 $ 1,576.00 $ 3.50 $ 1,379.00 26 Stabilized Constuction Entrance 3 EA $ 1,000.00 $ 3,000.00 $ 1,100.00 $ 3,300.00 $ 1,100.00 $ 3,300.00 $ 1,200.00 $ 3,600.00 27 Si I t Fence for Erosion Control 3974 L F $ 2.00 $ 7,948.00 $ 2.80 $ 11,127.20 $ 3.00 $ 11,922.00 $ 2.00 $ '7,948.00 28 Restrai n Exi sti ng Ducti I e I ron R pe 4 EA $ 4,600.00 $ 18,400.00 $ 4,000.00 $ 16,000.00 $ 7,500.00 $ 30,000.00 $ 5,800.00 $ 23,200.00 29 B I i nd FI ange, 30" 4 EA $ 2,800.00 $ 11,200.00 $ 2,500.00 $ 10,000.00 $ 3,000.00 $ 12,000.00 $ 7,700.00 $ 30,800.00 30 Tree Removal, 9"-15" 3 EA $ 600.00 $ 1,800.00 $ 675.00 $ 2,025.00 $ 750.00 $ 2,250.00 $ 700.00 $ 2,100.00 31 Tree Removal, 16"-22" 4 EA $ 800.00 $ 3,200.00 $ 900.00 $ 3,600.00 $ 1,000-00 $ 4,000.00 $ 900.00 $ 3,600.00 32 1 Prep.And management of SWPPP 1 -LS $ 1,500.00 $ 1,500.00 $ 2,500.00 $ 2,500.00 $ 4,000.00 $ 4,000.00 $ 4,100.001 $ 4,100.00 TOTAL: I $ 1,583,835.75 $ 1,629,973.00 $ 1,650,282.00 $ 1,730,267.75 * Red text indicates corrections upon bid tabulation. Sheet 4 of 4 Mayor Councilmembers City Manager Craig Morgan Tammy Young Laurie Hadley Rene Flores Mayor Pro Tem Matthew Baker ROUND ROCK TEXAS Ma Y Will Peckham City Attorney UTILITIES AND ENVIRONMENTAL SERVICES Writ Baese Hilda Montgomery Stephan L.Sheets November 19, 2018 Mr. Jeff Bell Project Manager, City of Round Rock 2008 Enterprise Drive Round Rock,Texas 78664 RE: DB Woods/SH 29 CoRR 30"Raw Water Line Relocation Recommendation for Award Mr. Bell: Bids for DB Woods/SH 29 CoRR 30"Raw Water Line Relocation were opened on November 8, 2018 at 2:00 p.m. Eight(8) bids were received and have been evaluated. The lowest qualified bidder is Santa Clara Construction, LTD. with a total Base Bid of$1,437,294.00. The Engineer's Opinion of Probable Construction Cost was $1,606,699.48. Please find attached a summary of all submitted bids. The City of Round Rock reviewed and hereby recommends to award the construction contract for Base Bid in the amount of One Million, Four Hundred Thirty-Seven Thousand, Two Hundred Ninety Four dollars ($1,437,294.00) for the DB Woods 1 SH 29 CoRR 30"Raw Water Line Relocation to Santa Clara Construction, LTD. Sincerely, ��-•�'������, ���q * . Z •• • • •• Christopher `Kit"Perkins P.E. Z. CHRISTOPHER PERKINS / 6. ••.....•.••. ••,� Senior Utility Engineer 108818 : City of Round Rock ftIONAL CITY OF ROUND ROCK 2008 Enterprise Drive,Round Rock,Texas 78664 [P]512.218.5555•[F]512.218.5536•roundrocktexas.gov CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. Santa Clara Construction, Ltd. 2018-426829 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 11/19/2018 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. DB Wood/SH 29 CoRR 30"Raw WL DB Wood/SH 29 CoRR 30"Raw Water Line Relocation 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. M X 6 UNSWORN DECLARATION My name is Michael S. Heyl , and my date of birth is My address is 10311 FM 620 North Austin TX 78726 U.S.A.. (street) (city) (state) (zip code) (country) declare under penalty of perjury that the foregoing is true and correct. Executed in Travis County, State of Texas ,on the_19th day of November,20 18 (month) (year) *Ay P4/ CARMEN JOVANE :z... :6SNotary Public,State of Texas :�* Comm. Expires 07-02-2022 Notary ID 129873733 Signature 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 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. Santa Clara Construction, Ltd. 2018-426829 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 11/19/2018 being filed. City of Round Rock Date Acknowledged: 11/21/2018 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. DB Wood/SH 29 CoRR 30"Raw WL DB Wood/SH 29 CoRR 30"Raw Water Line Relocation 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