Loading...
Contract - T. Gray Utility & Rehab Co. - 8/22/2019 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 �--qday of WTD 1 in the year 208. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor T.Gray Utility&Rehab Co.,LLC ("Contractor") PO Box 2176 Cypress,TX 77410 The Project is described as: Basin 2 and 3,Cycle 3 Manhole Rehabilitation Basins BCO2,BC03,CC36-Z,EW01-Z,OC24-Z, OC25-Z,OC26-Z,OC29-Z,OC30-Z,OC31-Z The Engineer is: Christopher Perkins,P.E. City of Round Rock 2008 Enterprise Drive,Round Rock,TX 78664 (512)341-3145 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 N/A ( N/A )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than One-hundred and twenty ( 120 )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 Two-hundred and fifty dollars and No/100 Dollars($250.00 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure,which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work (or any portion thereof) is not achieved on or before thirty (30) days after the date(s) specified for Substantial Completion in the Agreement,the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation,the recovery of actual damages.The date(s)specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than One-hundred and forty ( 140 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract. The Contract Sum shall be Three hundred ninty nine thousand five hundred and three dollars and no cents ($ $399,503.00 ),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 May 2019 7.1.4 The Specifications are those contained in the Project Manual dated May 2019 7.1.5 The Drawings,if any,are those contained in the Project Manual dated May 2019 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated May 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 May 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: Attachment 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: Juan Martinez,Engineer Associate City of Round Rock 2008 Enterprise Drive,Round Rock,TX 78664 (512)341-3332 8.3 Contractor's representative is: Marcus E.Tamez-President T.Gray Utility&Rehab Co.,LLC PO Box 2176 Cypress,TX 77410 281-455-0899 PH 281-254-7995 FAX 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 CIT OUND ROCK,TEXAS T.Gray Uti ty&/Ret ., W �p� �J Marcus E.Tamez PrintedName: LyT//)�D��Jfi—��,/_ Printed Name: Title /V�L'�(Jl� ,PPO IIJ��I� Title: President a Date Signed: Signed: 9/23/2019 � � / Date g ATTEST: 4FOR ,YAIPIPR7N/:E!DA TO FORM: 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: httn://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"elieible for a Texas license." Please verify with the Texas Dept of Insurance Website:hqp://www.tdi.state.tx.us/.—Company Lookup b. Policy has to be written by licensed surplus lines Aeent. Also verify with the Texas Dept of Insurance Website:htta://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. Bond No. CNB-34425-00 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That T. Gray Utility& Rehab Co., LLC of the City of Houston , County of Harris , and State of Texas , as Principal, and Insurors Indemnity Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK,TEXAS,(Owner), in the penal sum of Three hundred ninty nine thousand five hundred and three dollars and no cents Dollars ($ 399,503.00 ) 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 , 20_to 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: Basin 2 and 3,Cycle 3 Manhole Rehabilitation (Name of the Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the Work covered by said Agreement and occurring within a period of twelve(12)months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 7-2009 Performance Bond 00090656 PERFORMANCE BOND(continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of , 20 T. Gray Utility& Rehab Co., LLC Insurors Indemnity Company Principal Surety Marcus E.Talliez Scott D. Chapman Printed am Printed Name By: By: Title: President Title: Attorney-in-Fact Address: 5039 Steffani Lane Address: 225 South Fifth St. Houston, TX 77041 Waco, TX 76701 i "" ResidentA t of Su Signa %.—l- –Y Kevin cQuain Prin d Name 25025 N. 1-45 FM., Ste 525 Street Address The Woodlands, TX 77380 City, State&Zip Code Page 2 00610 7-2009 Performance Bond 00090656 Bond No. CNB-34425-00 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That T. Gray Utility & Rehab Co., LLC , of the City of Houston , County of Harris , and State of Texas as Principal, and Insurors IndemnilyCompany authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Three hundred ninty nine thousand five hundred and three dollars and no cents Dollars ($ 399,503.00 ) 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 , 20_, 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. Basin 2 and 3,Cycle 3 Manhole Rehabilitation (Name of the Project) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors,workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00620 7-2009 Paymcnt Bond 00090656 PAYMENT BOND(continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this day of , 20_ T. Gray Utility & Rehab., LLC Insurors Indemnity Company _ Principal Surety Marcus E.Tamez Scott D. Chapman Printed Narq Printed Name By: 1AAA U By:,J�j Title: President Title: _Attorney-in act Address: 5039 Steffani Lane Address: 225 South Fifth W Houston,TX 77041 Waco, TX 76701 Resident Age If Sure SignatuZQuain Kevin 7 Printe Name 25025 N. 1-45 Frwy., Ste 525_ Street Address The Woodlands,TX 77380 Page 2 00620 7-2009 Payment Bond 00090656 THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities& Environmental Services 2008 Enterprise Drive BY: SLK Round Rods, Texas 78664 DATE: 6/18/2019 BID TABULATION SHEET: 1 of 2 1 CONTRACT : Basin 2 and 3,Cycle 3 M anhde Rehabilitation © Kim Construction Co,I nc. National Power Rodding Corp. T.Gray Utility Co. Lewis Concrete Restoration LOCATION : 2008 Enterprise Drive Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?Yes DATE: 6/18/2019 2:OOPM 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 Mobilization 1 L.S. $27,000.00 $27,000.00 $30,350.00 $30,350.00 $14,000.00 $14,000.00 $10,000.00 $10,000.00 2 Traffic Control Plan 1 L.S. $20,000.00 $20,000.00 $10,000.00 $10,000.00 $1,500.00 $1,500.00 $41,890.00 $41,890.00 3 Trench Safety Plan 1 L.S. $5,000.00 $5,000.00 $2,221.80 $2,221.80 $1,500.00 $1,500.00 $5,100.00 $5,100.00 4 Erosion Control 1 L.S. $1,000.00 $1,000.00 $7,500.00 $7,500.00 $1,500.00 $1,500.00 $3,500.00 $3,500.00 5 Vacuum Testing Manholes 189 EA $375.00 $70,875.00 $850.00 $160,650.00 $125.00 $23,625.00 $200.00 $37,800.00 6 Replace ManholeCone-Laden 1 EA $6,000.00 $6,000.00 $4,709.25 $4,709.25 $3,000.00 $3,000.00 $3,250.00 $3,250.00 7 Repl ace M anhol e Cone-Asphal t 1 EA $7,000.00 $7,000.00 $6,118.00 $6,118.00 $4,300.00 $4,300.00 $5,000.00 $5,000.00 8 Repair Man hole Bench/Trough 48 EA $1,600.00 $76,800.00 $1,200.00 $57,600.00 $600.00 $28,800.00 $650.00 $31,200.00 9 2-ft.riser ring to Manhole 1 EA $4,000.00 $4,000.00 $1,552.50 $1,552.50 $4,000.00 $4,000.00 $5,500.00 $5,500.00 10 1 nstalI Bolts/Gasket for Cover 2 EA $400.00 $800.00 $310.50 $621.00 $500.00 $1,000.00 $250.00 $500.00 11 Replace AdjustmentslRedign-Laden 4 EA $1,650.00 $6,600.00 $2,996.90 $11,987.60 $1,000.00 $4,000.00 $750.00 $3,000.00 12 Repl ace Adj ustments/Real ign-Asphalt 8 EA $2,100.00 $16,800.00 $4,478.10 $35,824.80 $1,900.00 $15,200.00 $1,875.00 $15,000.00 13 Install Internal Chimney Seal 5 EA $675.00 $3,375.00 $950.00 $4,750.00 $1,000.00 $5,000.00 $300.00 $1,500.00 14 Manhole Cover/Frame/Seal-Lawn 10 EA $2,150.00 $21,500.00 $3,290.15 $32,901.50 $975.00 $9,750.00 $850.00 $8,500.00 15 ManholeCover/Frarne/Seal-Asphalt 14 EA $2,550.00 $35,700.00 $5,353.25 $74,945.50 $2,100.00 $29,400.00 $2,600.00 $36,400.00 16 Cementitious Coating of Manhole 1326 VF $133.00 $176,358.00 $250.001 $331,500.00 $93.00 $123,318.00 $125.00 $165,750.00 17 Epoxy Coating of Manhole 400 VF $182.00 $72,800.00 $250.00 $100,000.00 $155.00 $62,000.00 $125.00 $50,000.00 18 Grout Lower 18 i nches of M anhol e 28 EA $650.00 $18,200.00 $4,500.00 $126,000.00 $320.00 $8,960.00 $1,200.00 $33,600.00 19 Grout Walls,Joint,RpeSeal s 14 EA $800.00 $11,200.00 $1,800.00 $25,200.00 $425.00 $5,950.00 $1,200.00 $16,800.00 20 Complete M anhole Rehab-Laden 57 VF $347.00 $19,779.00 $750.00 $42,750.00 $300.00 $17,100.00 $350.00 $19,950.00 21 Compl ete M anhol e Rehab-Asphal t 58 VF $355.00 $20,590.00 $750.00 $43,500.00 $450.001 $26,100.00 $350.00 $20,300.00 22 Hydro Patch-Ext. R pe Connection 1 EA $1,800.00 $1,800.00 $5,000.00 $5,000.00 $9,500.001 $9,500.00 $5,000.00 $5,000.00 TOTAL BASE BID: $623,177.00 $1,115,681.95 $399,503.00 $519,540.00 THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities& Environmental Services 2008 Enterprise Drive BY: SLK Round Rock, Texas 78664 DATE: 6/18/2019 BID TABULATION SHEET: 2 of 2 CONTRACT : Basin 2 and 3,Cycle 3 M anhole Rehabilitation Fuquay,I na LOCATION : 2008 Enterprise Drive Statement of Safety?Yes Statement of Safety? Statement of Safety? Statement of Safety? DATE: 6/18/2019 2:OOPM Addendum(s)? Yes Addendum(s)? Addendum(s)? Addendum(s)? Bid Bond?Yes Bid Bond? Bid Bond? Bid Bond? BASE BI D APPROX. UNIT UNIT UNIT UNIT ITEM# ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST 1 Mobilization 1 L.S. $21,530.00 $21,530.00 2 Traffic Control Plan 1 L.S. $8,970.00 $8,970.00 3 Trench Safety Plan 1 L.S. $10,620.00 $10,620.00 4 Erosion Control 1 L.S. $5,230.00 $5,230.00 5 Vacuum Testing Manholes 189 EA $465.00 $87,885.00 6 Repl are Manhole Cone-Lawn 1 EA $3,770.00 $3,770.00 7 Repl ace M anhol e Cone-Asphalt 1 EA $4,310.00 $4,310.00 8 Repair Manhole Bench/Trough 48 EA $907.00 $43,536.00 9 2-ft.ri ser ri ng to M anhol e 1 EA $1,620.00 $1,620.00 10 Install Bolts/Gasket for Cover 2 EA $610.00 $1,220.00- 11 Repl ace Adj ustments/Real i gn-Lawn 4 EA $1,256.00 $5,024.00 12 Repl ace Adj ustments/Real i gn-Asphal t 8 EA $2,334.00 $18,672.00 13 Instal I I nternai Chimney Seal 5 EA $825.00 $4,125.00- 14 M anhole Cover/FrarndSeel-Lawn 10 EA $2,692.00 $26,920.00 15 ManholeCover/Frame/Seal-Asphalt 14 EA $3,231.00 $45,234.00 16 Cementiti ous Coating of Manhole 1326 V F $159.00 $210,834.00 17 Epoxy Coati ng of Manhole 400 V F $130.00 $52,000.00 18 Grout Lower 18 i nches of M anhol e 28 EA $717.00 $20,076.00 19 Grout Wal I s,Joi nt,R pe Seal s 14 EA $908.00 $12,712.00 20 Compl ete M anhol e Rehab-L awn 57 V F $456.00 $25,992.00 21Complete M anhoI e Rehab-Asphal t 58 V F $502.00 $29,116.00 22 Hydro Patch-Ext.R pe Connection 1 EA $9,690.001 $9,690.00 TOTAL BASE BID: $649,086.00 $0.00 $0.00 $0.00 AiAWN Mayor Councilmembers City Manager Craig Morgan Tammy Young Laurie Hadley �.. Rene Mores ROUND ROC 1 ERAS Mayor Pro-Tem (Matthew baker Y 111ti11 Peckham pity Attorney " UTILITIES ANN I NV1ROWENTAL SERVICES Writ Baese Hilda Montgomery Stephan I_.Sheets ' July 22, 2019 Michael Thane, P.E. 2008 Enterprise Drive Round Rock,TX 78664 RE: Basin 2 and 3, Cycle 3 Manhole Rehabilitation Engineer's Recommendation for Bid Award Mr. Thane: On June 18, 2019 at 2:00pm, five(5)bids were received for the above referenced project. All bidders acknowledged the receipt of the addendum, provided a bid bond and a statement of bidder's safety experience. A summary of the bids received is shown below. Bidder Amount T. Gray Utilities $399,503.00 Lewis Concrete Restoration $519,540.00 Kim Construction $623,177.00 Fuquay, Inc $649,086.00 Nation Power Rodding Corp $1,115,681.95 T. Gray Utilities Company properly submitted all of the required documentation as outlined in the bidding documents. Based on this, we recommend award of the bid to T. Gray Utilities in the amount of$399,503.00. Sincerely, O0 % �•. ' .hrist eer Perkins, P.L. �, �► Senior Utility Engineer �►.•rs's..sr. *+���r�a.�..��.�ss.. # City of Round Rock CHRISTOPHER PERKINS ! s......s�r.o.a...a♦•r .rN+�..+ tO cc: Juan Martinez, Project Manager 1 �''•.���EN .0•• ,�! T. Gray Utilities Co. a "••�d*r.waw ' � .✓ $10NAL CITE'OF ROUND ROCK 2008 Enterprise Drive, R€and Rock,'Fexas 70664 [i.z] 512.218.5555 •[f=]512.218.55:36•roun r-adit xas.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 it there are no interested parties. CERTIFICATION OF FILING I Name of business entity filing form,and the city,state and country of the business entity's place lCertificate Number: of business. 2019-521638 T.Gray Utility&Rehab Co., LLC CYPRESS,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party tothe contract for which the fort;is 07/2612019 being filed. City of Round Rock,Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract, N/A Basin 2 and 3, Cycle 3 Manhole Rehabilitation 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I intermediary Tamez, Marcus Cypress,TX United States X 5 Check only it there is NO Interested Party. M 6 UNSWORN DECLARATION My name is Marcus E. Tamez and my date of birth is My address is 15519 Stiller Park Dr. Cypress TX 77429 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Harris County, Stat of Texas the26thday of JU1Y .2019 (month) (year) Signature of authorized agent of contracting business entity (Declarant) orms provided by Texas Ethics Commission www.ethics.stateu.us Version V1.1,39f8039c CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2019-521638 T. Gray Utility&Rehab Co., LLC CYPRESS,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 07/26/2019 being filed. City of Round Rock,Texas Date Acknowledged: 08/07/2019 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. N/A Basin 2 and 3, Cycle 3 Manhole Rehabilitation 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Tamez, Marcus Cypress, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.39f8039c