Loading...
Contract - Coyote Construction Services - 7/25/2019 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 SI get (!cp)day of Alir in the year 20 I j. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Coyote Construction,LLC ("Contractor") P.O.Box 398 McDade,TX 78650 The Project is described as: Kenney Fort Boulevard 16"Water Relocation The Engineer is: Dan Franz,P.E.-Halff Associates,Inc. 9500 Amberglen Blvd.Bldg F, Suite 125 Austin,TX 78729 (512)777-4606 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 ZWl1. O3O 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 thirty (30 ) 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($500.00 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure,which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy 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 forty-five ( 45 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract. The Contract Sum shall be Two hundred ninety-one thousand eight hundred seventy dollars and no cents ($291,870.00 ),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 XX . Yes .If yes,please provide details below: 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 June 2019 7.1.4 The Specifications are those contained in the Project Manual dated June 2019 7.1.5 The Drawings,if any,are those contained in the Project Manual dated June 2019 . 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated June 2019 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated June 2019 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 City of Round Rock 2008 Enterprise Drive,Round Rock,TX 78664 (512)218-6605 8.3 Contractor's representative is: Glen Reynolds Coyote Construction,LLC P.O.Box 398 McDade,TX 78650 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 Coyote onstruc ion' Alp CITY OF OUND RO ,TEXAS ,41- Printed Name: 0 lJ Printed Name: 1€f kairolciS Title !u t Li 11 Title: OUJ RUC U � Date Signed: • 1 Date Signed: ATTEST: SAW, littetirs'. City Clerk FOR ,APPR VED A', TO FORM: offi,le -A Q1'. City At!►rney 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 00600 INSURANCE AND CONSTRUCTION BOND FORMS BONDS AND INSURANCE INSTRUCTIONS Instruction Sheet 1. Insurance Company must be licensed by State of Texas. 2. Agent signing bonds must be licensed in Texas. 3. Agent signing bonds must have Power of Attorney on behalf of insurance company. 4. If Agent signing bonds has Power of Attorney, but not licensed in Texas, then the bond must be counter-signed by Texas local recording agent. ALL THE ABOVE INFORMATION CAN BE FOUND AT Texas Department of Insurance website—www.tdi.state.tx.us 5. Make sure the dollar amount on both Performance and Payment Bonds match the amount of the Agreement &Bid Form Sheet. 6. Both Performance and Payment Bonds should be signed by Authorized Person. If the contractor is a corporation, then it should be signed by the President or the Vice-President. If the contractor is not incorporated, then it may be signed by the Owner. Please state the title of the authorized person. 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. Coyote Construction Services, LLC P 0 Box 398 McDade, TX 78650 July 30th,2019 City of Round Rock, Texas 221 East Main Street Round Rock,Texas 78664 Re: Project: Kenney Fort Boulevard 16"Water Relocation Contract Amount: $291,870.00 Dear We request that you send all contract proceeds earned and to be earned under our contract with you directly to our project disbursing administrator, SureTec Information Systems, Inc. at the following address: Coyote Construction,LLC. C/O SureTec Information Systems,Inc. Attn: Funds Disbursement Dept. 9737 Great Hills Trail,Suite 320 Austin,Texas 78759 (866)732-0099 Your checks will still be made payable to us. This directive may only be changed by written consent of our surety, SureTec Insurance Company. Your signature below, indicating your agreement to make payment in this manner, is a condition to our Surety's execution of our performance and payment bonds on this project. Thank you for your cooperation in this regard. You may receive a follow up phone call or e-mail from SureTec to confirm these instructions and answer any questions you may have We are looking forward to a very successful project. Coyote Construction, LLC. _Glen Reynolds Owner cc: SureTec Information Systems, Inc. -Scott Olson Agreement and Acknowledgment: Obligee: ty of Rou • Rock, Texas By: q/.ii al ,/èi date thorize r .:preset ':at @,,,,\TInv mnt!e - if% t/ Phone Number/ email address SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 512-732-0099 TEXAS STATUTORY PAYMENT BOND (Public Works) Bond No.:4420253 KNOW ALL MEN BY THESE PRESENTS: THAT, Coyote Construction, LLC (hereinafter called the Principal), as principal, and SureTec Insurance Company, a corporation organized and existing under the laws of the State of Texas, licensed to do business in the State of Texas and admitted to write bonds, as surety, (hereinafter called the Surety), are held and firmly bound unto City of Round Rock, Texas (hereinafter called the Obligee), in the amount of Two hundred ninety one thousand eight hundred and seventy dollars and no cents Dollars ( $291,870.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. USA- WHEREAS, the Principal has entered into a certain contract with the Obligee, dated theh day of , 2019 for Kenney Fort Boulevard 16" Water Relocation, which contract is hereinafter referred to as the "Contract." NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said Contract, then, this obligation shall be 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 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provision, conditions and limitations of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 26th day of July, 2019. Principal: Coyote Construction, LLC By: _ ---� Surety: SureTec Insurance Company By: / Thomas W. Flores Attorney-in-Fact The Rider Attached Hereto Is Incorporated in this Bond and Contains Important Coverage Information Rev. 1-1-06 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, Tx78759 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, TX78714-9104 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 FOA#: 4221142 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 Thomas W. Flores 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 Two Million and 00/100 Dollars($2,000,000.00) 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 25th day of April ,A.D.2018 . ,,M•+ U µww„ SURETEC INS PANY -O ANc#1.4\ w j• By: 01111 = John Kno .,CE cck State of Texas ss: 1: •' County of Harris On this 25th day of April ,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. \`'"n''/., JACQUELYN GREENLEAF • Notary Public,State of Texas �^ .'P= Comm.Expires05-18-2021 ,fir :;of .`• ` Notary ID 126903029 Jacq elyn Greenleaf,Notary Public ono 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. r t�,, �-' Given under my hand and the seal of said Company at Houston, Texas this "day of \ ,� i''I � � , A.D. .Bren Beaty,A' istant Se iretary 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 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 512-732-0099 TEXAS STATUTORY PERFORMANCE BOND Bond No.:4420253 KNOW ALL MEN BY THESE PRESENTS: THAT, Coyote Construction, LLC (hereinafter called the Principal, and SureTec Insurance Company, a corporation organized and existing under the laws of the State of Texas, licensed to do business in the State of Texas and admitted to write bonds, as surety, (hereinafter called the Surety), are held and firmly bound unto City of Round Rock, Texas (hereinafter called the Obligee), in the amount of Two hundred ninety one thousand eight hundred and seventy dollars and no cents Dollars ( $291,870.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. 10 -�- WHEREAS, the Principal has entered into a certain contract with the Obligee, dated the 2641 day of 4I!„• , 2019 for Kenney Fort Boulevard 16" Water Relocation, which contract is hereinafter referred to as the "Contract." NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work required by the Contract then this obligation shall be 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 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provision, conditions and limitations of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 26th day of July, 2019. Principal: Coyote Construction, LLC By: Surety: SureTec Insurance Company By: iii/W Thomas W. Flores Attorney-in-Fact The Rider Attached Hereto Is Incorporated in this Bond and Contains Important Coverage Information Rev. 1-1-06 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, Tx78759 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, TX78714-9104 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 POA#: 4221142 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 Thomas W. Flores 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 Two Million and 00/100 Dollars($2,000,000.00) 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 Attorneys)-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 25th day of April ',A.D.2018 . ,„,Noun, „ SURETEC INS PANY 0�5 XANCF w ,,, By::� _._ w wI z= John Kno .,CE cc; State of Texas ss: .2% County of Harris ••- On this 25th day of April , 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 lRR ^'• ,. Comm.Expires 05-18-2021 '�ir Of S��`` Notary ID 126903029 JacqJjWS l Greenleaf,Notary Public 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. atHouston, Texas this .Al`�daY of , �" 4. , Uc L +q , A.D. Given under my hand and the seal of said Company .Bren Beaty,A istant Se etary 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. �_'�..„, COYOCON-01 ALUCKETT ACO1?1:3' DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE MM/D19 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 NAME: TexCap Insurance PHONE 12404 Park Central Drive,Suite 200-N (A/c,No,Ext):(972)720-5340 (NC,No):(972)934-8226 Dallas,TX 75251 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Ohio Security Insurance Company 24082 INSURED INSURER B:Texas Mutual Insurance Company 22945 Coyote Construction Services,LLC INSURER C: PO Box 398 INSURER D: Mc Dade,TX 78650 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 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 TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LTR INSD WVD (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR BKS(19)58839623 5/15/2019 5/15/2020 pREM SESO(Ea occu D nce) $ 100,000 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X PRCOT- LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: A $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO BAS(19)58839623 5/15/2019 5/15/2020 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ B WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N SBP-0001280618 12/22/2018 12/22/2019 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) General Liability includes Additional Insured in favor of City of Round Rock,as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Round Rock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 2008 Enterprise Dr Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE a% ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities& Environmental Services 2008 Enterprise Drive BY: SLK Round Rock, Texas 78664 DATE: 7/2/2019 BID TABU LAT I ON SHEET: 1 of 6 CONTRACT : Kenny Fort 16" Waterline Relocation Bruce Flanigan Construction Santa Clara Construction,LTD LLC Prota Construction,Inc. Construction Services,Inc. LOCATION : 2008 Enterprise Drive Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes DATE: 7!2/2019 Addendum(s)? Yes Addendum(s)? Yes Addendum(s)Yes Addendum(s)"Yes Bid Bond?Yes Bid Bond?Yes jBid Bond?Yes jBid Bond?Yes BASE BI D APPROX. UNIT UNIT UNIT UNIT ITEM # ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST 1 Remove Concrete(side✓valks) 792 SY $17.30 $13,701.60 $5.00 $3,960.00 $13.00 $10,296.00 15410.00 $31,680.00 2 Remove stabilized base& pavement 36 SY $17.30 $622.80 $7.00 $252.00 $16.00 $576.00 $50.00 $1,800.00 3 Remove& sal vage f i re hydrant 2 EA $881.00 $1,762.00 $500.00 $1,000.00 $141.00 $282.00 $1,500.00 $3,000.00 4 Remove& Salvage Valve 4 SY $469.00 $1,876.00 $500.00 $2,000.00 $71.00 $284.00 $1,800.00 $7,200.00 5 Remove& Sai vage A i r Val ve 3 EA $881.00 $2,643.00 $700.00 $2,100.00 $92.00 $276.00 $2,000.00 $6,000.00 6 Remove Water 16" Pipe 631 LF $45.80 $28,899.80 $15.00 $9,465.00 $27.00 $17,037.00 $50.00 $31,550.00 7 Concrete 9 deNal ks(6") 7210 SF $12.50 $90,125.00 $9.00 $64,890.00 $9.00 $64,890.00 $7.00 $50,470.00 8 Curb Ramps 1 EA $2,888.00 $2,888.00 $800.00 $800.00 $2,720.00 $2,720.00 $1,800.00 $1,800.00 9 Broadcast Seed 1987 SY $3.60 $7,153.20 $1.25 $2,483.75 $7.00 $13,909.00 $1.00 $1,987.00 10 Temp Sedmt Cont Fence(i nstal 1) 893 LF $9.40 $8,394.20 $3.50 $3,125.50 $4.00 $3,572.00 $5.00 $4,465.00 11 Temp Sedmt Cont Fence(remove) 893 LF $3.70 $3,304.10 $1.75 $1,562.75 $3.00 $2,679.00 $2.00 $1,786.00 12 Remove Concrete(curb& gutter) 10 LF $47.90 $479.00 $50.00 $500.00 $10.00 $100.00 $15.00 $150.00 13 FI exi bl e Pavement Repai r(8") 36 SY $96.80 $3,484.80 $150.00 $5,400.00 $172.00 $6,192.00 $70.00 $2,520.00 ?-,-.2-oc�l-05D 5 THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities& Environmental Services 2008 Enterprise Drive BY: SLK Round Rock, Texas 78664 DATE: 7/2/2019 BID TABULATION SHEET: 2 of 6 CONTRACT : Kenny Fort 16" Waterline Relocation Bruce Flanigan Construction Santa Clara Construction,LTD LLC Prota Construction,Inc Construction Services,I nc. LOCATION : 2008 Enterprise Drive Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes DAT E: 7/2/2019 Addendum(s)? Yes Addendum(s)? Yes Addendum(s)Yes Addendum(s)'Yes Bid Bond?Yes Bid Bond?Yes Bid Bond?Yes Bid Bond?Yes 14 Concrete curb and gutta- 10 LF $56.60 $566.00 $200.00 $2,000.00 $36.00 $360.00 $30.00 $300.00 15 Trench Safety Systems 841 LF $3.30 $2,775.30 $1.00 $841.00 $4.00 $3,364.00 $2.00 $1,682.00 16 Pipe 6" Dia.CI ass 250 DIP 22 LF $87.70 $1,929.40 $111.00 $2,442.00 $59.00 $1,298.00 $70.00 $1,540.00 17 Pipe 12" Dia.CI ass 250 DIP 34 L F $118.90 $4,042.60 $122.00 $4,148.00 $75.00 $2,550.00 $105.00 $3,570.00 18 Pipe 16" Dia Class250 DIP 785 LF $107.30 $84,230.50 $147.00 $115,395.00 $108.00 $84,780.00 $110.00 $86,350.00 19 Encasement Pi pe 30" Di a 103 L F $245.30 $25,265.90 $257.00 $26,471.00 $169.00 $17,407.00 $300.00 $30,900.00 20 Ductile Iron Fittings 1 TON $17,028.00 $17,028.00 $30,000.00 $30,000.00 $27,783.00 $27,783.00 $12,000.00 $12,000.00 21 T Valves,Resilient Gate,6" Dia. 2 EA $1,426.00 $2,852.00 $1,750.00 $3,500.00 $1,186.00 $2,372.00 $1,600.00 $3,200.00 22 Valves, Resilient Gate, 12" Dia. 2 EA $2,327.00 $4,654.00 $3,000.00 $6,000.00 $2,749.00 $5,498.00 $5,000.00 $10,000.00 23 Valves,Rsilient Gate, 16" Dia. 2 EA $3,145.00 $6,290.00 $9,000.00 $18,000.00 $6,116.00 $12,232.00 $7,500.00 $15,000.00 24 A i r Release V al ves 1 EA $3,783.00 $3,783.00 $5,000.00 $5,000.00 $4,133.00 $4,133.00 $3,800.00 $3,800.00 25 Fi re Hydrants 2 EA $2,830.00 $5,660.00 $3,500.00 $7,000.00 $4,476.00 $8,952.00 $5,000.00 $10,000.00 26 Wet Connection 12"x 12" 1 EA $7,278.00 $7,278.00 $7,000.00 $7,000.00 $3,466.00 $3,466.00 $5,000.00 $5,000.00 27 Wet Connection 16"x 16" 1 EA $7,509.00 $7,509.00 $7,000.00 $7,000.00 $3,905.00 $3,905.00 $6,000.00 $6,000.00 28 A dj ust Water Valve 2 EA $874.00 $1,748.00 $500.00 $1,000.00 $887.00 $1,774.00 $1,500.00 $3,000.00 29 Barricades,Signs,Traffic Handling 1 MO $23,624.00 $23,624.00 $4,000.00 $4,000.00 $2,210.00 $2,210.00 $13,250.00 $13,250.00 30 Mobilization 1 LS $18,814.00 $18,814.00 $16,000.00 $16,000.00 $16,000.00 $16,000.00 $15,000.00 $15,000.00 TOTAL BASE BID: $383,383.20 $353,336.00 $320,897.00 $365,000.00 Unit prioesin red($:�'8C.XX)indicate incorrect unit price entered by bidder. THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities& Environmental Services 2008 Enterprise Drive BY : SLK Round Rock, Texas 78664 DATE: 7/2/2019 BID TABULATION SHEET: 3 of 6 CONTRACT : Kenny Fart 16" Waterline Relocation Chasco Constructors Patin Construction,LLC Austin Underground,Inc. DIGG Commercial LOCATION : 2008 Enter rise Drive Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes DATE: 7/:212019 Addendum(s)? Yes Addendum(s)? Yes Addendum(s)Yes Addendum(s)Yes Bid Bond?Yes Bid Bond?Yes Bid Bond?Yes Bid Bond?Yes BASE BI D APPROX. UNIT UNIT UNIT UNIT ITEM # ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST 1 Remove Concrete(sidewalkS) 792 SY $10.00 $7,920.00 $15.00 $11,880.00 $32.00 $25,344.00 $35.00 $27,720.00 2 Remove stabi I i zed base& pavement 36 SY $30.00 $1,080.00 $20.00 $720.00 $22.00 $792.00 $93.00 $3,348.00 3 Remove& sad vagefirehydrant 2 EA $600.00 $1,200.00 $500.00 $1,000.00 $650.00 $1,300.00 $1,300.00 $2,600.00 4 Remove& Salvage Valve 4 SY $400.00 $1,600.00 $500.00 $2,000.00 $400.00 $1,600.00 $900.00 $3,600.00 5 Remove& Sai vage A i r V al ve 3 EA $400.00 $1,200.00 $500.00 $1,500.00 $950.00 $2,850.00 $945.00 $2,835.00 6 Remove Water 16" Pipe 631 LF $25.00 $15,775.00 $15.00 $9,465.00 $22.00 $13,882.00 $16.48 $10,398.88 7 Concrete Si deNal ks(6") 7210 SF $7.50 $54,075.00 $5.00 $36,050.00 $10.00 $72,100.00 $6.31 $45,495.10 8 Curb Ramps 1 EA $1,100.00 $1,100.00 $1,250.00 $1,250.00 $2,500.00 $2,500.00 $1,433.00 $1,433.00 9 Broadcast Seed 1987 SY $1.50 $2,980.50 $0.50 $993.50 $2.50 $4,967.50 $14.00 $27,818.00 10 Temp Sedmt Cont Fence(instal1) 893 LF $3.00 $2,679.00 $1.50 $1,339.50 $2.00 $1,786.00 $3.50 $3,125.50 11 Temp Sedmt Cont Fence(remove) 893 L F $0.50 $446.50 $1.00 $893.00 $0.75 $669.75 $3.50 $3,125.50 12 Remove Concrete(curb& gutter) 10 LF $20.00 $200.00 $20.00 $200.00 $22.00 $220.00 $120.00 $1,200.00 13 FI exi bl e Paveme t Repair(8") 36 SY $375.00 $13,500.00 $50.00 $1,800.00 $45.00 $1,620.00 $359.00 $12,924.00 THE CITY OF ROUND ROCK BI DS EXTENDED AND CHECKED Utilities& Environmental Services 2008 Enterprise Drive BY : SLK Round Rock, Texas 78664 DATE: 712/2019 BID TABULATION SHEET: 4 of 6 CONTRACT : Kenny Fort 16" Waterline Relocation Chasco,Constructors Patin Construction,LLC Austin Underground,Inc. DIGG Commercial LOCATION : 2008 Enterprise Drive Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes DATE: 7/212019 Addendum(s)? Yes Addendum(s)? Yes Addendum(s)Yes Addendum(s)Yes Bid Bond?Yes Bid Bond?Yes Bid Bond?Yes Bid Bond?Yes 14 Concrete curb and gutter 10 LF $50.00 $500.00 $12.00 $120.00 $95.00 $950.00 $100.00 $1,000.00 15 Trench Safety Systems 841 LF $3.00 $2,523.00 $2.00 $1,682.00 $1.00 $841.00 $3.00 $2,523.00 16 R pe 6" Dia.CI ass 250 DIP 22 LF $75.00 $1,650.00 $100.00 $2,200.00 $60.00 $1,320.00 $130.00 $2,860.00 17 Ripe12" Dia.Cl ass 250 DIP 34 LF $130.00 $4,420.00 $110.00 $3,740.00 $110.00 $3,740.00 $155.00 $5,270.00 18 Ripe16" Dia.Cl ass 250 DIP 785 LF $130.00 $102,050.00 $128.00 $100,480.00 $135.00 $105,975.00 $116.00 $91,060.00 19 Encasement Ripe30" Dia 103 LF $250.00 $25,750.00 $250.00 $25,750.00 $210.00 $21,630.00 $234.00 $24,102.00 20 Ducti I e Iron Rtti ngs 1 TON $12,000.00 $12,000.00 $10,000.00 $10,000.00 $5,000.00 $5,000.00 $23,098.00 $23,098.00 21 Valves,Resilient Gate,6" Dia. 2 EA $1,100.00 $2,200.00 $2,000.00 $4,000.00 $1,300.00 $2,600.00 $1,756.50 $3,513.00 22 Valves,Resilient Gate, 12" Dia 2 EA $2,500.00 $5,000.00 $5,000.00 $10,000.00 $4,000.00 $8,000.00 $3,130.50 $6,261.00 23 Valves,Rd ient Gate, 16" Dia. 2 EA $6,500.00 $13,000.00 $8,000.00 $16,000.00 $9,800.00 $19,600.00 $7,095.50 $14,191.00 24 Air Rel ease Valves 1 EA $4,000.00 $4,000.00 $5,000.00 $5,000.00 $6,600.00 $6,600.00 $5,219.00 $5,219.00 25 FireHydrants 2 EA $3,500.00 $7,000.00 $5,000.00 $10,000.00 $5,700.00 $11,400.00 $3,975.00 $7,950.00 26 Wet Connection 12"x 12" 1 EA $2,500.00 $2,500.00 $4,000.00 $4,000.00 $4,200.00 $4,200.00 $5,518.50 $5,518.50 27 Wet Connection 16"x 16" 1 EA $3,500.00 $3,500.00 $16,000.00 $16,000.00 $2,800.00 $2,800.00 $8,194.00 $8,194.00 28 Adjust Water Valve 2 EA $1,645.00 $3,290.00 $500.00 $1,000.00 $530.00 $1,060.00 $1,092.00 $2,184.00 29 Barricades,Signs,Traffic Handling 1 MO $2,800.00 $2,800.00 $5,000.00 $5,000.00 $5,400.00 $5,400.00 $7,434.00 $7,434.00 30 Mobilization 1 LS $24,000.00 $24,000.00 $15,000.00 0515,000.00 $17,000.00 $17,000.00 $12,000.00 $12,000.00 TOTAL BASE BID: $319,939.00 $299,063.00 $347,747.25 : ,6 .4 Costs in red($XX"",X.XX)indicate adjustment upon tabulation of bids THE CITY OF ROUND ROCK _ BIDS EXTENDED AND CHECKED Utilities& Environmental Services 2008 Enterprise Drive BY : SLK Round Rock, Texas 78664 DATE: 7/2/2019 BID TABULATION SHEET: 5 of 6 CONTRACT : Kenny Fort 16" Waterline Relocation Coyote Contruction JBS Underground,LLC Smith Contracting Ca,I nc. Services,LLC LOCATION : 2008 Enterprise Drive Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety? DATE: 7/2/2019 Addendum(s)? Yes Addendum(s)? Yes Addendum(s)`Yes Addendum(s)? Bid Bond?Yes Bid Bond?Yes Bid Bond?Yes Bid Bond? BASE BI D APPROX. UNIT UNIT UNIT UNIT ITEM # ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST 1 Remove Concrete(si dewal ks) 792 SY $8.02 $6,351.84 $21.00 $16,632.00 $5.00 $3,960.00 $0.00 2 Remove stabi I i zed base& pavement 36 SY $44.11 $1,587.96 $15.00 $540.00 $5.00 $180.00 $0.00 3 Remove& sal vage f re hydrant 2 EA $1,587.96 $3,175.92 $3,100.00 $6,200.00 $300.00 $600.00 1 $0.00 4 Remove& Salvage Valve 4 SY $635.19 $2,540.76 $650.00 $2,600.00 $300.00 $1,200.00 $0.00 5 Remove& Sal vage A i r V al ve 3 EA $317.59 $952.77 $650.00 $1,950.00 $500.00 $1,500.00 $0.00 6 Remove Water 16" Pipe 631 LF $18.04 $11,383.24 $15.00 $9,465.00 $15.00 $9,465.00 $0.00 7 Concrete Si dewal ks(6") 7210 SF $9.85 $71,018.50 $8.00 $57,680.00 $6.00 $43,260.00 $0.00 8 Curb Ramps 1 EA $3,175.93 $3,175.93 $1,800.00 $1,800.00 $900.00 $900.00 $0.00 9 Broadcast Seed 1987 SY $1.95 $3,874.65 $3.00 $5,961.00 $4.00 $7,948.00 $0.00 10 Temp Sedmt Cont Fence(i nstal 1) 893 LF $3.37 $3,009.41 $2.15 $1,919.95 $3.00 $2,679.00 $0.00 11 Temp Sedmt Cont Fence(remove) 893 LF $1.65 $1,473.45 $0.60 $535.80 $1.00 $893.00 $0.00 12 Remove Concrete(curb& gutter) 10 LF $63.52 $635.20 $20.00 $200.00 $10.00 $100.00 $0.00 13 R exi bl e Pavement Repair(8") 36 SY $127.57 $4,592.52 $270.00 $9,720.00 $210.00 $7,560.00 $0.00 THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities& Environmental Services 2008 Enterprise Drive BY : SLK Round Rock, Texas 78664 DATE: 7/2/2019 BID TABULATION SHEET: 6 of 6 CONTRACT : Kenny Fort 16" Waterline Relocation Coyote Contruction JBS Underground,LLC Smith Contracting Ca,I na Services,LLC LOCATION : 2008 Enterprise Drive Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety? DATE: 7/2/2019 Addendum(s)? Yes Addendum(s)? Yes Addendum(s),Yes Addendum(s)? Bid Bond?Yes Bid Bond?Yes Bid Bond?Yes Bid Bond? 14 Concrete curb and gutter 10 LF $264.97 $2,649.70 $70.00 $700.00 $150.00 $1,500.00 $0.00 15 Trench Safety Systems 841 LF $2.18 $1,833.38 $1.00 $841.00 $2.00 $1,682.00 $0.00 16 Pipe 6" Dia.CI ass 250 DIP 22 LF $57.55 $1,266.10 $118.00 $2,596.00 $71.00 $1,562.00 $0.00 17 Ripe12" Dia.Cl ass 250 DIP 34 LF $84.99 $2,889.66 $120.00 $4,080.00 $84.00 $2,856.00 $0.00 18 Rpe16" Dia.Cl ass 250 DIP 785 LF $101.92 $80,007.20 $150.00 $117,750.00 $125.00 $98,125.00 $0.00 19 Encasement R pe 30" D i a 103 L F $302.60 $31,167.80 $245.00 $25,235.00 $200.00 $20,600.00 $0.00 20 Ducti I e Iron Rtti ngs 1 TON $12,797.94 $12,797.94 $11,000.00 $11,000.00 $14,500.00 $14,500.00 $0.00 21 V al ves, Red I i ent Gate,6" D i a. 2 EA $1,105.88 $2,211.76 $1,600.00 $3,200.00 $1,100.00 $2,200.00 $0.00 22 V al ves, Resi I i ent Gate, 12" D i a 2 EA $2,780.77 $5,561.54 $3,300.00 $6,600.00 $2,600.00 $5,200.00 $0.00 23 Valves,Rsilient Gate, 16" Dia. 2 EA $6,365.12 $12,730.24 $7,500.00 $15,000.00 $6,800.00 $13,600.00 $0.00 24 Air Rel ease Valves 1 EA $2,669.91 $2,669.91 $3,900.00 $3,900.00 $4,000.00 $4,000.00 $0.00 25 A re Hydrants 2 EA $3,668.01 $7,336.02 $4,300.00 $8,600.00 $3,900.00 $7,800.00 $0.00 26 Wet Connection 12"x 12" 1 EA $3,180.15 $3,180.15 $2,000.00 $2,000.00 $5,500.00 $5,500.00 $0.00 27 Wet Connection 16"x 16" 1 EA $3,600.32 $3,600.32 $4,100.00 $4,100.00 $6,500.00 $6,500.00 $0.00 28 Adjust Water Valve 2 EA $659.69 $1,319.38 $2,000.00 $4,000.00 $750.00 $1,500.00 $0.00 29 Barricades,Signs,Traffic Handling 1 MO $1,837.50 $1,837.50 $6,000.00 $6,000.00 $11,000.00 $11,000.00 $0.00 30 Mobilization 1 LS $15,000.00 $15,000.00 $16,000.00 $16,000.00 $13,500.00 $13,500.00 $0.00 TOTAL BASE BID: $301,830.75 $346,805.75 $291,870.00 $0.00 I'm 'a 2ALFF' ANN July 3,2019 32311 Mr. Eddie Zapata,Project Manager City of Round Rock Utilities 2008 Enterprise Dr. Round Rock,TX 78664 RE: Kenney Fort Water Line Relocation Project Dear Mr. Zapata: Halff Associates, Inc. analyzed all the bids received at the July 2nd 2019 opening for accuracy and consistency. The apparent low bidder is Coyote Construction Services, LLC from McDade, Texas. Please refer to the attached Bid Tabulation. Based on our opinion formed by the documentation provided in the bid tabulation we recommend the City of Round Rock employ Coyote Construction Services LLC for this project Sincerely, HALFF ASSOCIATES,INC. )Z� Noah Shaffer,P.E. No Text 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. 2019-516464 Coyote Construction Services, LLC Mc Dade,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 07/15/2019 being filed. City of Round Rock Date Acknowledged: 07/23/2019 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. 000000 Kenny Fort 16"Water Re Installation of approx 838 LF water main relocation,sidewalk, and ramp reconstruction and other related activities 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 V1.1.39f8039c