Contract - QA Construction Services - 11/5/2019 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
Contractor
AGREEMENT made as of the 6)'FId�"ay of tW in the year 20M.
BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City")
221 East Main Street
Round Rock,Texas 78664
and the Contractor QA Construction Services,Inc. ("Contractor")
5811 Blue Bluff Rd.
Austin,TX 78724
The Project is described as: Arterial H Waterline Extension:
Approximately 4,600 linear feet of 16-inch HDPE Waterline,
635 linear feet of 12-inch,8-inch,and 6-inch Ductile Iron
Pipe Waterline,and two valve vaults for a future
interconnection with the City of Georgetown
The Engineer is: Jason Bybel,P.E.
Kennedy/Jenks Consultants,Inc.
6300 Bridge Point Parkway,Bldg 1,Suite 230
Austin,Texas 78730
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
1z-12o i�l- Dt DO
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
two hundren ten ( 210 )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($500 ) for each calendar day that Substantial Completion is delayed after the date(s)
specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled
hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to
achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial
Completion in the Agreement.It is agreed that the harm that would be caused by such failure,which includes loss of
expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy
dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion
of the Work (or any portion thereof) is not achieved on or before thirty (30) days after the date(s) specified for
Substantial Completion in the Agreement,the Owner shall have the option to either collect liquidated damages as set
forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including
without limitation,the recovery of actual damages. The date(s)specified for Substantial Completion of the Work(or
any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents.
3.6 Contractor shall achieve Final Completion of the entire Work no later than two hundred forty
( 240 )calendar days from issuance by Owner of Notice to Proceed.
ARTICLE 4 CONTRACT SUM
4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract.
The Contract Sum shall be One million two hundred eighty five thousand dollars and no cents
($ 1,285,000.00 ),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 July 2019
7.1.4 The Specifications are those contained in the Project Manual dated July 2019
7.1.5 The Drawings,if any,are those contained in the Project Manual dated July 2019
7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated
July 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 July 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:
Geotech-nical Report dated 3/13/2017;Easment Documentation
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
Project Manager
3400 Sunrise Road
Round Rock,Texas 78665
8.3 Contractor's representative is: Dave Fernandez
Project Manager
5811 Blue Buff Rd.
Austin,Texas 78724 P:(210)607-0280
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 fluids 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.
OWN R CONTRACTOR
CITY OF �ROCK,TEXAS
T
Printe Name: Printed Name:
Title v N1 Title:
Date Signed: ' Date Signed: 10 YL t' L lot
ATTEST-
-
City Clerk
FOR C Y APPROVED TO FORM:
fu
City Att ey
00500 4-2016 Page 5 of 5 Standard Form of Agreement
00307791
00600 INSURANCE AND
CONSTRUCTION BOND FORINTS
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 age .
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.
! y
5274778 PERFORMANCE BOND
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
That QA Construction Services,Inc. of the City of Austin County of
Travis , and State of Texas , as Principal, and SureTec Insurance Company
authorized under the law of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of
One million two hundred eighty five thousand dollars and no cents
Dollars ($ 1,285,000.00 ) 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
t5-t'3' day of (�IUV FiIV !,t/tz-- , 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 Arterial H Waterline Extension
(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 Pcrformancc 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 0-0A day of 0L-�o6r , 20 11-�.
QA Construction Services,Inc. SureTec Insurance Company
Principal Surety
/arce 'Vi'"' C-- John Y.Buchanan
Printed Name Printed Name
By: ALI
By: '�
Title: Title;Attorney-in-Fact
Address: Address:4601 Spicewood Springs Rd,Bldg 2,Ste 2d
40s; fkt -T/r- 7?7tE2 Austin,TX 78759
Resident Agent of Surety:
S'' ature
Printed Name
; S,-1Laeg—w-Z �l 1's
Sti-A-Af Address
77 'V2t5-
City, State &Zip Code
Page 2
00610 7-2009 Performance Bond
00090656
5274778 PAYMENT BOND
THE STATE OF TEXAS §
§ KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
That QA Construction services,Inc. , of the City of Austin , County of
Travis , and State of Texas as Principal, and sureTec 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 two hundred eighty five thousand dollars and no cents Dollars
($ 1,285,000.00 ) 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 1 Th- day of N-f f y w so— , 20 ff, 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: Arterial H Waterline Extension
(Name of the Project)
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said
Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers,
all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies
and materials done and furnished for the construction of the improvements of said Agreement,
then this obligation shall be and become null and void; otherwise to remain in full force and
effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253,
Texas Government code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at
length herein.
Page 1
00620 7-2009 Payment Bond
00090656
J �
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 b day of()c+o6e y— , 20 (q .
QA Construction Services,Inc. SureTec Insurance Company
Principal Surety
John Y.Buchanan
Printed Name Printed Name
By: LIL a" B �" �
Y
Title: Title. Attorney-in-Fact
Address: -5Sfl Address: 4601 Spicewood Springs Rd,Bldg 2,Ste 2j%
Cly-A/ l —72' ?FZ- / Austin,TX 78759
Resident Agent of Surety:
(�D4 X.�GClW
Sig ,ture
Printed Name
Str--f Address
Page 2
00620 7-2009 Paymcnt Bond
00090656
POA#: 5274778
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
John Y. Buchanan
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:
Principal: QA Construction Services, Inc.
Obligee: City of Round Rock Utilities& Environmental Services Department
Amount: $ 1,285,000.00
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, 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 20'h of April,
1999.)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal
to be hereto affixed this 6th day of April,A.D.2017.
'0X%
RAft1/%
1, SURETEC C co
W w NY
UJ X q By.
I n John Knox ,,/edin
t
Cr. CO ZVI
State of Texas ss:
County of Harrisip ...........r''
�NN41M al,�jµN1N"W''�
On this 6th day of April,A.D.2017 before me personally came John Knox,Jr.,to me known,who,being by me ,did depose and say,that he
resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company descrd 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
:c,=Notary Public,State of Texas
Comm.Expires 05-18-2021 Ja uelyn Greenleaf Notary Public;;,;:���` Notary ID 126903029 '
My commission expires May 18,2021
I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this 27th day September 2019 , A.D.
M.Brent Ifeaty,Assistant Secretary
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 8:00 am and 5:00 pm CST.
SureTec Insurance Company
IMPORTANT NOTICE
Statutory Complaint Notice/Filing of Claims
To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make
a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at:
SureTec Insurance Company
9737 Great Hills Trail, Suite 320
Austin,TX 78759
You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints
at 1-800-252-3439. You may write the Texas Department of Insurance at:
PO Box 149104
Austin, TX 78714-9104
Fax#: 512-490-1007
Web: http://www.tdi.texas.gov
Email: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIMS 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.
------------------------------------------------------------------------------------------------------------------------------
Texas Rider 8/2019 1
CERTIFICATE OF LIABILITY INSURANCE Date: 10/02/2019
TDI number required.Please refer to the
PRODUCER: Texas Dept of Insurance website; http:/1www.tdi.stzjte.tx.Us1
BRIA Insurance and Risk Management
P.O.Box 10388
AustinTX78759 COMPANIES AFFORDING COVERAGE TO[
Phone: 512-343-1106 E-rnafl: jofrii- ria.com
A James River Insurance Company 12203
INSURED:
QA Construction Services,Inc. B United Fire Lloyds 43559
3267 Bee Caves Rd,Ste 107-514 Texas Mutual Insurance Company
Austin,TX-7874W-- C 22945
Phone: 512-637-6120 E-nail: lily@qacsi.com D
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations
hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies,
and further hereinafter described. Exceptions to the policies are noted below.
co TYPE OF POLICY EFFECTIVE EXPIRATION LIMITS
LTR INSURANCE NUMBER DATE DATE
GENERAL LIABILITY 000885940 01/23/2019 01/23/2020 GENERAL AGGREGATE S 2,000,000
A PRODUCTS-COMP/OP AGG. $ 2,000,000
PERSONAL&ADV, INJURY $ 1,000,000
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE(Any one fire) $ 50,000
1,000
MED. EXPENSE (Any one person) $
AUTOMOBILE LIABILITY 12308149 02/27/2019 02/27/2020 COMBINED SINGLE LIMIT $ 1,000,000
B
BODILY INJURY(Per person)
BODILY INJURY(Per accident) $
PROPERTY DAMAGE $
A EXCESS LIABILITY 000885930 01/23/2019 01/23/2020 EACH OCCURRENCE $ 5,000,000
AGGREGATE $ 5,000,000
C WORKERS'COMPENSATION 0001178305 03/29/2019 03/29/2020 STATUTORY LIMITS $
AND EMPLOYERS' LIABILITY EACH ACCIDENT S 1,000,000
DISEASE-POLICY LIMIT $ 1,000,000
DISEASE-EACH EMPLOYEE S 1,000,000
PROFESSIONAL LIABILITY
BUILDERS'RISK INSURANCE
OR INSTALLATION INSURANCE
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS/EXCEPTIONS
The City of Round Rock is named as additional insured with respect to all policies except 'Workers' Compensation and Employers'
Liability' and 'Professional Liability'. Should any of the above described policies be cancelled or changed before the expiration date
thereof,the issuing company will mail thirty(30)days written notice to the certificate holder named below,
CERTIFICATE HOLDER: City Manager SIGNATURE OF AGENT LICENSED IN STATE OF TEXAS
City of Round Rock
221 E.Main Street 4m-?Itla�
Round Rock,Texas 78664
Typed Name:- John Buchanan
License ID:-Z-7a15-17
Page 1
00650 10-2010 Cartificatc of Liability Insurtince
00205796
Kennedy Jenks
10 September 2019
Jeff Bell
Senior Project Manager
City of Round Rock, Texas
2008 Enterprise Drive
Round Rock, Texas 78664
Subject: City of Round Rock Arterial H Waterline Extension Project, Bid Award Recommendation
Dear Mr. Bell:
Sealed bids for the above-referenced project were received on September 4, 2019 at 10:30 am.
Kennedy Jenks has contracted with Jason Bybel of K. Friese and Associates as our subconsultant to
facilitate the completion of the bidding, award and construction phase of the project since he was the
engineer of record while employed at Kennedy Jenks.
Please find attached the review of the bid information and recommendation for award. Kennedy Jenks
is committed to the successful completion of this project for the City of Round Rock. Should you have
any questions about the information presented, please do not hesitate to contact me.
Very truly yours,
Kennedy/Jenks Consultants, Inc.
Kathy P. Fretwell, PE
Principal
Enclosure
cc: Jason Bybel, PE, K. Friese and Associates
6300 Bridgepoint Pkwy, Suite 1-230 Austin,Texas 78730
512-852-3007 1 kathyfretwell@kennedyjenks.com
pA201811845001 00 torr ateriai h waterine112-biddingt12.05-bidanalyses-award',.bid award recommendaton.docx
K i R ( E S E 1120 S.Capital of Texas Highway
CityView 2,Suite loo
Austin,Texas 78746
+ ASSOCIATES TBPE Firm#6535
PUBLIC PROIECT ENGINE ERV11 N 11 G P-512.338.1704 F•512.338.1784
kfnese.com
September 10, 2019
Ms. Kathy Fretwell, PE
Kennedy Jenks
6300 Bridge Point Pkwy
Building 1, Suite 230
Austin, Texas 78730
Sent Via: E-Mail
RE: City of Round Rock Arterial H Water Line Extension Project
Dear Kathy,
Sealed bids were received for the above-referenced project on September 4, 2019 at 10:30 AM
from the following contractors:
QA Construction Services, Inc. Austin Underground, Inc.
ABBA Construction, LLC MA Smith Contracting Co., Inc.
Whitestone Construction, LLC BRCT, LLC dba Black Rock Construction
The certified bid tabulation is attached. The lowest Base Bid was $1,285,000.00, received from
QA Construction Services, Inc. The second lowest Base Bid was $1,320,391.70, received from
Austin Underground, Inc. The third lowest Base Bid was $1,466,524.98, received from ABBA
Construction LLC.
The second lowest bid from Austin Underground, Inc. included several mathematical errors
which are highlighted on the attached bid tabulation.
KFA received a list of references on September 9, 2019 and was able to contact four of the six
references. All four respondents reported excellent work completed by QA Construction
Services, Inc. and would recommend QA Construction Services, Inc. for future construction
work. It is KFA's recommendation to award the contract to QA Construction Services Inc. for
their Base Bid amount of$1,285,000.00. Should you have any questions, please feel free to
contact me.
Sincerely, xx
c� °F
s
'W P....... .....
001
....I.......................:...
Jason B bel, PE, PMP / JASON W. BYBEL
Bybel,
K Friese + Associates �j P
Senior Engineer �+ °�' �/
Encl. IO`L 9/10/2019
Recommendation of Award Page 1 of 1
KFA Project 0684
I of
City of Round RockBRCT,LLC dba
Contractor:QA Construction Services,Inc. Austin Underground,Inc. ABBA Construction,LLC MA Smith Contracting Co,Inc. Whitestone Civil Construction,LLC Black Rock Construction
Arterial H Water Line Address:5811 Blue Bluff Rd., PO Box 5650, P.O.Box 451441, 15308 Ginger Street, PO Box 1537, 1475 Heritage Pkwy#113,
Extension Austin,TX 78724 Lago Vista,TX 78645 Laredo,TX 78045 Austin,Texas 78725 Cedar Park,TX 78630 Mansfield,TX 76063
Javier Bar jas,Project Manager Richard Vavro,President Jacob Flores,President Travis Ragland,President Carrie Lewis,Member Harold Gamblin,Manager
Bid Date:9/4/2019 Contact:512-913-5080 512-535-3285 512-387-5836,ext.701 512-990-7640 512-963-6746 512-738-6700
Time:10:30 AM Listed Total Base Bid: $1,285,000.00 $1,382,862.50 $1,466,524.98 $1,563,652.60 $1,600,858.00 $1,695,964.70
Bid Approx. Unit Item Description Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price I Amount
Item Quantity
1 51 STA CLEARING AND GRUBBING 52,100.00 $107,100.00 $800.00 $40,800.00 $1,013.00 $51,663.00 $1,400.00 $71,400.00 $250.00 $12,750.00 $1,500.00 $76,500.00
2 30 LF REMOVE P.C.CONCRETE CURB $18.00 $540.00 $13.00 $390.00 $352.00 $10,560.00 $10.00 $300.00 $10.00 $3D0.00 $20.00 $600.00
3 2340 SF REMOVE P.C.CONCRETE SIDEWALK AND DRIVEWAYS $10.00 $23,4DO.GD $3.00 $7,020.00 $8.85 $20,709.00 $20.00 $46,800.00 $2.00 $4,680.00 $5.00 $11,700.00
4 26 CY FLEXIBLE BASE 530.00 $780.00 $130.00 $3,380.00 $641.00 $16,666.00 $100.00 $2,600.00 $100.00 $2,600.00 $75.00 $1,950.00
5 480 SY SURFACE MILLING $30.00 $14,400.0 $10.00 $4,800.00 $27.55 $13,224.00 $23.00 $11,040.00 $10.00 $4,800.00 $27.00 $12,960.00
6 480 SY HOT MIX ASPHALTIC PAVEMENT,4INCHES,TYPE C $50.00 $24,000.00 $35.00 $16,800.00 $101.00 $48,480.00 $41.00 $19,680.00 $54.00 $25,920.00 $60.00 $28,800.00
7 57 CY ROCK STRUCTURAL EXCAVATION $95-00 $5,415. $80.00 $4,560.00 $500.00 $28,500.00 $75.00 $4,275.00 $30.00 $1,710.00 $50.00 $2,850.00
8 30 LF P.C.CONCRETE CURB AND GUTTER $26.00 $780.00 $31.00 $930.00 $187.00 $5,610.00 $30.00 $900.00 $25.00 $750.00 $40.00 $1,200.00
9 2340 SF P.C.CONCRETE SIDEWALKS,4-INCH THICKNESS $10.00 $23,400.00 $7.00 $16,380.00 $12.16 $28,454.40 $5.25 $12,285.00 $7.00 $16,380.00 $10.00 $23,400.00
30 287 LF JACKING OR BORING 30-INCH PIPE,7/16"STEEL PIPE $550.00 $157,850.0 $670.00 $192,290.00 $388.68 $111,551.16 $585.00 $167,895.00 $700.00 $200,900.00 $700.00 $200,900.00
11 207 LF ENCASEMENT PIPE 30-INCH DIA.,7/16"STEEL PIPE,OPEN CUT $180.00 $37,260.00 $240.00 $49,680.00 $295.00 $61,065.00 $340.00 $70,380.00 $300.00 $62,100.00 $230.00 $47,610.00
12 72 LF ENCASEMENT PIPE 24-INCH DIA.,3/8"STEEL PIPE,OPEN CUT $175.00 $12,600.00 $160.00 $11,520.00 $263.00 $18,936.00 $265.00 $19,080.00 $200.00 $14,400.00 $190.00 $13,680.00
13 63 LF ENCASEMENT PIPE 18-INCH DIA.,1/4"STEEL PIPE,OPEN CUT $170.00 $10,710.00 $130.00 $8,190.00 $250.00 $15,750.00 $155.00 $9,765.00 $185.00 $11,655.00 $160.00 $10,080.00
14 4991 LF TRENCH SAFETY SYSTEMS(ALL DEPTHS) $1.00 $4,991.00 $2.50 $12,477.50 $3.80 $18,965.80 $1.00 $4,991.00 $2.00 $9,982.00 $4.00 $19,964.00
15 4113 LF 16"C906 DR 11 HDPE,OPEN CUT $80,00 $329,040.0 $110.00 $452,430.00 $74.00 $304,362.00 $135.00 $555,255.00 $140.00 $575,820.00 $140.00 $575,820.00
16 434 LF 16"C906 DR 11 HDPE,CARRIER IN CASING $85.00 $36,890.00 $80.00 $34,720.00 $100.00 $43,400.00 $70.00 $30,380.00 $120.00 $52,080.00 $120.00 $52,080.00
17 SS LF 16"DIP,CLASS 250,OPEN CUT $9S.D0 $5,225.00 $140.00 $7,700.00 $129.64 $7,130.20 $145.00 $7,975.00 $140.00 $7,700.00 $98.00 $5,390.00
18 60 LF 16"DIP,CLASS 250,CARRIER IN CA51NG $100.00 $6,000.GO $77.00 $4,620.00 $184.00 $11,040.00 $100.00 $6,000.00 $90.00 $5,400.00 $140.00 $8,400.00
19 147 LF 12"DIP,CLASS 250,OPEN CUT $90.00 $13,230.00 $96.00 $14,112.00 $77.53 $11,396.91 $130.00 $19,110.00 $110.00 $16,170.00 $90.00 $13,230.00
20 72 LF 12"DIP,CLASS 250,CARRIER IN CASING $95-00 $6,840.00 $60.00 $4,320.00 $120.11 $8,647.92 $55.00 $3,960.00 $80.00 $5,760.00 $120.00 $8,640.00
21 304 LF 8"DIP,CLASS 350,OPEN CUT $80.00 $24,320.00 $85.00 $25,840.00 $45.29 $13,768.16 $120.00 $36,480.00 $100.00 $30,400.00 $115.00 $34,960.00
22 63 LF 8"DIP,CLASS 350,CARRIER IN CASING $70.00 $4,410.00 $47.00 $2,961.00 $311.49 $19,623.87 $50.00 $3,150.00 $60.00 $3,780.00 $117.00 $7,371.00
23 30 LF 6"DIP,CLASS 350,OPEN CUT $65.00 $1,950.00 $150.00 $4,500.00 $67.08 $2,012.40 $100.00 $3,000.00 $80.00 $2,400.00 $80.00 $2,400.00
24 1 EA WET CONNECTIONS,16"DIAX 16"DIA $8,000.00 $8'000.00 $3,000.00 $3,000.00 $5,060.00 $5,060.00 $4,700.00 $4,700.00 $8,500.00 $8,5D0.00 $3,150.00 $3,150.00
25 1 EA WET CONNECTIONS,12"DIA X 12"DIA $7,500.00 $7,500. $1,900.00 $1,900.00 $3,910.00 $3,910.00 $3,600.00 $3,600.00 $7,000.00 $7,000.00 $2,080.00 $2,080.00
2 of
City of Round RockBRCT,LLC dba
Contractor:DA Construction Services,Inc. Austin Underground,Inc. ABBA Construction,LLC MA Smith Contracting Co,Inc. Whitestone Civil Construction,U. Black Rock Construction
Arterial H Water Line 5811 Blue Bluff Rd., PO Box 5650, P.O.Box 451441, 15308 Ginger Street, PO Box 1537, 1475 Heritage Pkwy#113,
Extension Address:Austin,TX 78724 Jago Vista,TX 78645 Laredo,TX 78045 Austin,Texas 78725 Cedar Park,TX 78630 Mansfield,TX 76063
Javier Barajas,Project Manager Richard Vavro,President Jacob Flores,President Travis Ragland,President Carrie Lewis,Member Harold Gamblin,Manager
Bid Date:9/4/2019 Contac: 12-973-5080 512-535-3285 532-387-5836,ext.701 512-990-7640 512-963-6746 512-738£700
Time:10:30 AM Listed Total Base Bid: $1,285,000.0 $1,382,862.50 $1,466,524.98 $1,563,652.60 $1,600,858.00 $1,695,964.70
Bid -
Item Quantity
Unit Item Description Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
26 2 EA WET CONNECTIONS,B"DIA X 8"DIA $6,500.00 $13,000.00 $1,800.00 $3,600.00 $2,200.00 $4,400.00 $3,400.00 $6,800.00 $5,500.00 $11,000.00 $1,910.00 $3,820.00
27 2.7 TN DI FITTINGS $5,200.00 $14,040.00 $5,000.00 $13,500.00 $22,750.00 $61,425.00 $12,000.00 $32,400.00 $16,000.00 $43,200.00 $20,700.00 $55,890.00
28 700 LF IRRIGATION SYSTEM REPAIR $17.00 $11,900.00 $17.00 $11,900.00 $22.10 $15,470.00 $20.00 $14,000.00 $15.00 $10,500.00 $17.00 $11,900.00
29 10 EA FIRE HYDRANT ASSEMBLY $4,600.00 S46,000DO $5,400.00 $54,000.00 $7,600.00 $76,000.00 54,000.00 $40,000.00 $7,000.00 $70,000.00 $6,060.00 $60,600.00
30 6 EA 16"RS GATE VALVE $9,000.00 $54,000.DO $8,900.00 $53,400.00 $11,700.00 $70,2DO.00 $8,700.00 $52,200.00 $9,100.00 $54,600.00 $7,730.00 $46,380.00
31 2 1 EA 12"RS GATE VALVE $3,800.00 $7,6DO.00 $3,500.00 $7,000.00 $4,600.00 $9,200.00 $2,800.00 $5,600.00 $3,500.00 $7,000.00 $3,035.00 $6,070.00
32 5 EA 8"RS GATE VALVE $2,300.00 $11,50,0.00 $1,800.00 $9,000.00 $2,500.00 $12,500.00 $2,000.00 $10,000.00 $2,000.00 $10,000.00 $1,830.00 $9,150.00
33 10 EA 6"RS GATE VALVE $1,700.00 $17,000.00 $1,500.00 $15,000.00 $4,950.00 $49,500.00 $1,700.00 $17,000.00 $1,350.00 $13,500.00 $1,405.00 $14,050.00
34 1 EA BLOW-OFF VALVE $1,700.00 $1,700.00 $2,700.00 $2,700.00 $6,500.00 $6,500.00 $2,100.00 $2,100.00 $3,500.00 $3,500.00 $2,585.00 $2,585.00
35 1 EA 2"CARV $3,200.00 $3,2GODD $5,500.00 $5,500.00 $7,000.00 $7,000.00 $6,000.00 $6,000.00 $7,700.00 $7,700.00 $10,575.00 $10,575.00
36 j 1 LS CONTRACTOR TO PREPARE,SUBMIT,IMPLEMENT,AND UPDATE $4000 DO $4,000.00 $1,500.00 $1,500.00 $7,400.00 $7,400.00 $4,300.00 $4,300.00 $4,800.00 $4,800.00 $5,500.00 $5,500.00
STORM WATER POLLUTION PREVENTION PLAN(SWPPP)
37 11156 SY NATIVE SEEDING $1.00 S11,1S&00 $0.70 $7,809.20 $5.00 $55,780.00 $1.85 $20,638.60 $2.00 $22,312.00 $4.95 $55,222.20
38 4800 LF PROTECTIVE FENCING TYPE A $5.00 $24,000.00 $3.00 $14,400.00 $2.93 $14,064.00 $2.75 $13,200.00 $3.00 $14,400.00 $3.00 $14,400.00
39 2 EA FILTER CURB INLET PROTECTION(NEW INLET) $59.00 $118.00 $96.00 $192.00 $69.00 $138.00 $90.00 $180.00 $90.00 $180.00 $150.00 $300.00
40 280 LF ROCK BERM $19.00 $5,320.00 $33.00 $9,240.00 $21.28 $5,958.40 $30.00 $8,400.00 $25.00 $7,000.00 $21.50 $6,020.00
41 72 LF MULCH SOCK $5.00 $360.00 $15.00 $1,080.00 $6.33 $455.76 $14.00 $1,008.00 $7.00 $504.00 $6.25 $450.00
42 6 EA STABILIZED CONSTRUCTION ENTRANCE $2,100.00 $12,600. $1,SD0.00 $9,000.00 $1,050.00 $6,300.00 $1,800.00 $10,800.00 $1,500.00 $9,000.00 $2,500.00 $15,000.00
43 5650 LF SILT FENCE FOR EROSION CONTROL $3.50 $19,775.00 $3.00 $16,950.00 $2.30 $12,995.00 $2.50 $14,125.00 $2.50 $14,125.00 $4.25 $24,012.50
44 1 LS MOBILIZATION,NOT TO EXCEED 5%OF TOTAL BID $62,000.00 $62,000.00 $68,000.00 $68,000.00 $63,700.00 $63,700.00 $75,000.00 $75,000.00 $45,000.00 $45,000.00 $80,000.00 $80,000.00
45 1 LS SAFETY FENCING $8,000.00 $8,000.00 $5,000.00 $5,000.00 $5,100.00 $5,100.00 $9,000.00 $9,000.00 $4,500.00 $4,500.00 $10,000.00 $10,000.00
46 1 LS BARRICADES,SIGNS,AND TRAFFIC HANDLING $12,000.00 $12,000.00 $5,000.00 $5,000.00 $11,500.00 $11,500.00 $10,000.00 $10,000.00 $5,300.00 $5,300.00 $20,250.00 $20,250.00
47 2 EA 12'X6'METER VAULT W/SUMP,LADDER,HATCH,PIPE SUPPORTS $17,500.00 $35,000.00 $23,000.00 $46,000.00 $24,700.00 $49,400.00 $21,900.00 $43,800.00 $38,000.00 $76,000.00 $11,925.00 $23,850.00
48 2 EA 8"CHECK VALVE $4,200.00 $8,400.00 $4,200.00 $8,400.00 $2,875.00 $5,750.00 $5,800.00 $11,600.00 $6,800.00 $13,600.00 $5,415.00 $10,830.00
49 1 EA 8"PLUG VALVE $2,800.00 $2,800.00 $2,300.00 $2,300.00 $4,140.00 $4,140.00 $3,600.00 $3,600.00 $4,200.00 $4,200.00 $3,375.00 $3,375.00
50 1 EA 8"PRESSURE REDUCING VALVE $10,800.00 $10,800.00 $9,800.00 $9,800.00 $11,500.00 $11,500.00 $15,000.00 $15,000.00 $24,500.00 $24,500.00 $11,925.00 $11,925.00
3of3
City of Round Rock ba
Contractor:QA Construction Services,Inc. Austin Under g Co,Inc. Whitestone Civil Construction,LLC Black LLC Co
Underground,Inc. 88A Construction,LLC MA Smith Contracting Black Rock Construction
Arterial H Water Line 5811 Blue Bluff Rd., PO Box 5650, P.O.Box 451441, 15308 Ginger Street, PO Box 1537, 1475 Heritage Pkwy#113,
Extension Address:Austin,TX 78724 Lago Vista,TX 78645 Laredo,TX 78045 Austin,Texas 78725 Cedar Park,TX 78630 Mansfield,TX 76063
Javier Barajas,Project Manager Richard Vavro,President Jacob Flores,President Travis Ragland,President Carrie Lewis,Member Harold Gamblin,Manager
Bid Date:9/4/2019 Contact:512-913-5080 512-535-3285 512-387-5836,ext.701 512-990-7640 512-9636746 512-738-6700
Time:30:30 AM Listed Total Base Bid: $1,285,000.0 $1,382,862.50 $1,466,524.98 $1,563,652.60 $1,600,858.00 $1,695,964.70
Bid App— Unit Item Description Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Prke Amount
Item Quantity
51 2 EA 8"DISMANTLING JOINT $1,500.00 $3,0moo $1,200.00 $2,400.00 $1,207.00 $2,414.00 $1,500.00 $3,000.00 $750.00 $1,500.00 $1,885.00 $3,770.00
52 1 EA ULTRASONIC FLOWMETER,e"DIAMETER $8,400.00 $8,400.00 $6,400.00 $6,400.00 $6,325.00 $6,325.00 $8,700.00 $8,700.00 $29,000.00 $29,000.00 $9,225.00 $9,225.00
53 4 EA PRESSURE GAUGE W/SAMPLE COCK,TAPPING SADDLE,PIPE, $1,800.00 $7,2DO.00 $1,300.00 $5,200.00 $1,581.00 $6,324.00 $2,100.00 $8,400.00 $2,000.00 $8,000.00 $1,275.00 $5,100.00
FITTINGS
54 1 LS CONTRACTOR TO PREPARE,SUBMIT,PAY,AND ACQUIRE, $3,500.00 $3,500.01 $800.00 $800.00 $4,600.00 $4,600.0 $1,800.00 $1,800.00 $2,000.00 $2,000. $10,000.00 $10,000.00
WILLIAMSON COUNTY UTILITIES INSTALLATION PERMIT
Tabulated Total Base Bid: $22,100. $14,800.00 $19,663.00 $21,900.00 $40,500.00 $28,095.00
Match Bid Forth Total(Y/N) N N N N N N
BID TABULATION
City of Round Rock Contractor:ABBA Construction,LLC CIA Construction Services,Inc. ERCT,LLC dba MA Smith Contracting Co,Inc. Whitestone Civil Construction,LLC Austm Underground,Inc.
Black Rock Construction
Arterial H Water Line Address:P.O.Box 451441, 5831 Blue Bluff Rd., 1475 Heritage Pkwy#113, 15308 Ginger Street, PO Box 1537, PO Boz 5650,
Extension Laredo,TX 78045 Austin,TX 78724 Mansfield,TX 76063 Austin,Texas 78725 Cedar Park,TX 76630 Lag.Vista,TX 78645
Contact:Jacob Flores,President Javier BarajasProject Manager Harold Gamblin,Manager Travis Ragland,President Carrie Lewis,Member Richard Vavro,President
Bid Date:9/4/2019 512-387-5836,ext.701 532-913-5080 572-738-6700 512-990-7640 512-963-6746 512-535-3285
Time:30:30 AM Listed Total Base Bid: $1,466,524.98 $1,285,000.00 $1,695,964.70 $1,563,652.60 $1,600,858.00 $1,382,86250
Bid .
Item quanticQuandtUnit Item Description Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
26 2 EA WET CON NECTIONS,8"DIA X8"DIA $2,200.00 $4,400.00 $6,500.00 $13,0130.00 $1,910.00 $3,820.00 $3,400.00 $6,800.00 $5,500.00 $11,000.00 $1,800.00 $3,600.00
27 2.7 TN DI FITTINGS $22,750.00 $61,425.00 $5,200.00 $14,040.00 $20,700.00 $55,890.00 $12,000.00 $32,400.00 $16,000.00 $43,200.00 $5,000.00 $13,500.00
28 700 LF IRRIGATION SYSTEM REPAIR $22.10 $15,470.00 $17.00 $11,900.00 $17.00 $11,900.00 $20.00 $14,000.00 $15.00 $10,500.00 $17.00 $11,900.00
29 10 EA FIRE HYDRANT ASSEMBLY $7,600.00 $76,000.00 $4,600.00 $46,000. $6,060.00 $60,600.00 $4,000.00 $40,000.00 $7,000.00 $70,000.00 $5,400.00 $54,000.00
30 6 EA 16"RS GATE VALVE $11,700.00 570,200.00 $9,000.00 $54,000.00 $7,730.00 $46,380.00 $8,700.00 $52,200.00 $9,100.00 $54,600.00 $8,900.00 $53,400.00
31 2 EA 12"RS GATE VALVE $4,600.00 $9,200.00 $3,800.00 $7,600-DO $3,035.00 $6,070.00 $2,800.00 $5,600.00 $3,500.00 $7,000.00 $3,500.00 $7,000.00
32 5 EA 8"RS GATE VALVE $2,500.00 $12,500.00 $2,300.00 $11,500.00 $1,830.00 $9,150.00 $2,000.00 $10,000.00 $2,000.00 $10,000.00 $1,800.00 $9,000.00
33 10 EA 6"RS GATE VALVE $4,950.00 $49,500.00 $1,700.00 $17,000.00 $1,405.00 $14,050.00 $1,700.00 $17,000.00 $1,350.00 $13,500.00 $1500.00 $15,000.00
34 1 EA BLOW-OFF VALVE $6,500.00 $6,500.00 $1,700.00 $1,700.00 $2,585.00 $2,585.00 $2,100.00 $2,100.00 $3,500.00 $3,500.00 $2,700.00 $2,700.00
35 1 EA 2"CARV 57,000.00 $7,000.00 $3,200.00 $3,200.00 $10,575.00 $10,575.00 $6,000.00 $6,000.00 $7,700.00 $7,700.00 $5,500.00 $5,500.00
36 1 LS CONTRACTOR TO PREPARE,SUBMIT,IMPLEMENT,AND UPDATE $7,400.00 $7,400.00 $4,000.00 $4,000.00 $5,500.00 $5,500.00 $4,300.00 $4,300.00 $4,800.00 $4,800.00 $1,500.00 $1,500.00
STORM WATER POLLUTION PREVENTION PLAN(SWPPP)
37 11156 SY NATIVE SEEDING $5.00 $55,780.00 $1.00 $11,156.00 $4.95 $55,222.20 $1.85 $20,638.60 $2.00 $22,312.00 $0.70 $7,809.20
38 4800 LF PROTECTIVE FENCING TYPE A $2.93 $14,064.00 $5.00 $24,000.00 $3.00 $14,400.00 $2.75 $13,200.00 $3.00 $14,400.00 $3.00 $14,400.00
39 2 EA FILTER CURB INLET PROTECTION(NEW INLET) $69.00 $138.00 $59.00 $118.00 $150.00 $300.00 $90.00 $180.00 $90.00 $180.00 $96.00 $192.00
40 280 LF ROCK BERM $21.28 $5,958.40 $19.00 $5,320.00 $21.50 $6,020.00 $30.00 $8,400.00 $25.00 $7,000.00 $33.00 $9,240.00
41 72 LF MULCH SOCK $6.33 $455.76 $5.00 $360.00 $6.25 $450.00 $14.00 $1,008.00 $7.00 $504.00 $15.00 $1,080.00
42 6 EA STABILIZED CONSTRUCTION ENTRANCE $1,050.00 $6,300.00 $2,100.00 $12,600.00 $2,500.00 $15,000.00 $1,800.00 $10,800.00 $1,500.00 $9,000.00 $1,500.00 $9,000.00
43 5650 LF SILT FENCE FOR EROSION CONTROL $2.30 $12,995.00 $3.50 $19,775.00 $4.25 $24,012.50 $2.50 $14,125.00 $2.50 $14,125.00 $3.00 $16,950.00
44 1 LS MOBILIZATION,NOT TO EXCEED 5%OF TOTAL BID $63,700.00 $63,700.00 $62,000,00 $62,000. $80,000.00 $80,000.00 $75,000.00 $75,000.00 $45,000.00 $45,D00.00 $68,000.00 $68,000.00
45 1 LS SAFETY FENCING $5,100.00 $5,100.00 $8,000.00 $8,000.0 $10,000.00 $10,000.00 $9,000.00 $9,000.00 $4,500.00 $4,500.00 $5,000.00 $5,000.00
46 1 LS BARRICADES,SIGNS,AND TRAFFIC HANDLING $11,500.00 $11,500.00 $12,000.00 $12'0G0.00 $20,250.00 $20,250.00 $10,000.00 $10,000.00 $5,300.00 $5,300.00 $5,000.00 $5,000.00
47 2 EA 12'X6'METER VAULT W/SUMP,LADDER,HATCH,PIPE SUPPORTS $24,700.00 $49,400.00 $17,500.00 $35,000.00 $11,925.00 $23,850.00 $21,900.00 $43,800.00 $38,000.00 $76,000.00 $23,000.00 $46,000.00
48 2 EA 8"CHECK VALVE $2,875.00 $5,750.00 $4,200.00 $8,400.00 $5,415.00 $10,830.00 $5,SOD.00 $11,600.00 $6,800.00 $13,600.00 $4,200.00 $8,400.00
49 1 EA 8"PLUG VALVE $4,140.00 $4,140.00 $2,800.00 $2,800.00 $3,375.00 $3,375.00 $3,600.00 $3,600.00 $4,200.00 $4,200.00 $2,300.00 $2,300.00
50 1 EA 8"PRESSURE REDUCING VALVE $11,500.00 $11,500.00 $10,800.00 $10'smoo $11,925.00 $11,915.00 $15,000.00 $15,000.00 $24,500.00 $24,500.00 $9,800.00 $9,800.00
City of Round Rock KFA Project 0684
Arterial H Water Line Extension Page 2 of 3 KJ Project 184500100
City of Round Rock Contractor:ABBA Construction,LLC OA Construction Services,Inc. BRCT,LLC dba MA Smith Contracting Co,Inc. Whitestone Civil Construction,LLC Austin Underground,Inc.
Black Rock Construction
Arterial H Water Line Address:P.O.Box 451441, 5811 Blue Bluff Rd., 1475 Heritage Pkwy#113, 15308 Ginger Street, PO Box 1537, PO Box 5650,
Extension Laredo,TX 78045 Austin,TX 78724 Mansfield,TX 76063 Austin,Texas 78725 Cedar Park,TX 78630 Lago Vista,TX 78645
Jacob Flores,President Javier Barajas,Project Manager Harold Gamblin,Manager Travis Ragland,President Carrie Lewis,Member Richard Vavro,President
Bid Date:9/4/2019 COn[dct�512-387-5836,ext.701 512-913-5080 512-738-6700 512-990-7640 512-963-6746 512-535-3285
Time:10:30 AM Listed Total Base Bid: $1,466,524.98 $1,285,000.00 $1,695,964.70 $1,563,652.60 $1,600,858.00 $1,382,862.50
Bid Approx. Unit Item Description Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount
Item Quantic
26 2 EA WET CONNECTIONS,8"DIA X 8"DIA $2,200.00 $4,400.00 $6,500.00 $13,000.00 $1,910.00 $3,820.00 $3,400.00 $6,800.00 $5,500.00 $11,000.00 $1,800.00 $3,600.0
27 2.7 TN DI FITTINGS $22,750.00 $61,425.00 $5,200.00 $14,040.00 $20,700.00 $55,890.00 $12,000.00 $32,400.00 $16,000.00 $43,200.00 $5,000.00 $13,500.00
28 700 LF IRRIGATION SYSTEM REPAIR $22.10 $15,470.00 $17.00 $11,900.00 $17.00 $11,900.00 $20.00 $14,000.00 $15.00 $10,500.00 $17.00 $11,900.00
29 30 EA FIRE HYDRANT ASSEMBLY $7,600.00 $76,000.00 $4,600.00 $46,000.00 $6,060.00 $60,600.00 $4,000.00 $40,000.00 $7,000.00 $70,000.00 $5,400.00 $54,000.00
30 6 EA 16"RS GATE VALVE $11,700.00 570,200.00 $9,000AO $54,000.00 $7,730.00 $46,380.00 $8,700.00 $52,200.00 $9,100.00 $54,600.00 $8,900.00 $53,400.00
31 2 EA 12"RS GATE VALVE $4,600.00 $9,200.00 $3,800.00 $7,600.00 $3,035.00 $6,070.00 $2,800.00 $5,600.00 $3,500.00 $7,000.00 $3,500.00 $7,000.00
32 5 EA 8"RS GATE VALVE $2,500.00 $12,500.00 $2,300.00 $11,500.00 $1,830.00 $9,150.00 $2,000.00 $10,000.00 $2,000.00 $10,000.00 $1,800.00 $9,000.00
33 10 EA 6"RS GATE VALVE $4,950.00 $49,500.00 $1,700.00 $17,000.00 $1,405.00 $14,050.00 $1,700.00 $17,000.00 $1,350.00 $13,500.00 $1,500.00 $15,000.00
34 1 EA BLOW-OFF VALVE $6,500.00 $6,500.00 $1,700.00 $1,700.00 $2,585.00 $2,585.00 $2,100.00 $2,100.00 $3,500.00 $3,500.00 $2,700.00 $2,700.00
35 1 EA 2"CARV $7,000.00 $7,000.00 $3,200.00 $3.200,00 $10,575.00 $10,575.00 $6,000.00 $6,000.00 $7,700.00 $7,700.00 $5,500.00 $5,500.00
36 1 LS CONTRACTOR TO PREPARE,SUBMIT,IMPLEMENT,AND UPDATE $7400.00 $7,400.00 $4,000.00 $4,000.00 $5,500.00 $5,500.00 $4,300.00 $4,300.00 $4,800.00 $4,800.00 $1,500.00 $1,500.00
STORM WATER POLLUTION PREVENTION PLAN(SWPPP)
37 11156 Sy NATIVE SEEDING $5.00 $55,780,00 $1.00 $11,156.00 $4.95 $55,222.20 $1.85 $20,638.60 $2.DO $22,312.00 $0.70 $7,809.20
38 4800 LF PROTECTIVE FENCING TYPE A $2.93 $14,D64.00 $5.00 $24,000.001 $3.00 $14,400.00 $2.75 $13,200.00 $3.00 $14,400.00 $3.00 $14,400.00
39 2 EA FILTER CURB INLET PROTECTION(NEW INLET) $69.00 $138.00 $59.00 $118.00 $150.00 $300.00 $90.00 $180.00 $90.00 $180.00 $96.00 $192.00
40 280 LF ROCK BERM $21.28 $5,958.40 $1900 $5,320.00 $21.50 $6,020.00 $30.00 $8,400.00 $25.00 $7,000.00 $33.00 $9,240.00
41 72 LF MULCH SOCK $6.33 5455.76 $5.00 $360.00 $6.25 $450.00 $14.00 $1,008.00 $7.00 $504.00 $15.00 $1,080.00
42 6 EA STABILIZED CONSTRUCTION ENTRANCE $1,050.00 $6,300.00 $2,100.00 $12,600m $2,500.00 $15,000.00 $1,800.00 $10,800.00 $1,500.00 $9,000.00 $1,500.00 $9,000.00
43 5650 LF SILT FENCE FOR EROSION CONTROL $2.30 $12,995.00 $3.50 $191775. $4.25 $24,012.50 $2.50 $14,125.00 $2.50 $14,125.00 $3.00 $16,950.00
44 1 LS MOBILIZATION,NOT TO EXCEED S%OF TOTAL BID $63,700.00 $63,700.00 $62,000.00 $62,000.00 $80,000.00 $80,000.00 $75,000.00 $75,000.00 $45,000.00 $45,000.00 $68,000.00 $68,000.00
45 1 LS SAFETY FENCING $5,100.00 $5,100.00 $8,000.00 $8,000.00 $10,000.00 $10,000.00 $9,000.00 $9,000.00 $4,500.00 $4,500.00 $5,000.00 $5,000.00
46 1 LS BARRICADES,SIGNS,AND TRAFFIC HANDLING $11,500.00 $11,500.00 $12,000.00 $12,000.00 $20,250.00 $20,250.00 $10,000.00 $10,000.00 $5,300.00 $5,300.00 $5,000.00 $5,000.00
47 2 EA 12'X6'METER VAULT W/SUMP,LADDER,HATCH,PIPE SUPPORTS $24,700.00 $49,400.00 $17,500.00 $35,000.00 $11,925.00 $23,850.00 $21,900.00 $43,800.00 $38,000.00 $76,000.00 $23,000.00 $46,000.00
48 2 EA 8"CHECK VALVE $2,875.00 $5,750.00 $4,200.00 $8,400.00 $5,415.00 $10,830.00 $5,800.00 $11,600.00 $6,800.00 $13,600.00 $4,200.00 $8,400.00
49 1 EA 8"PLUG VALVE $4,140.00 $4,140.00 $2,800.00 $2,800.00 $3,375.00 $3,375.00 $3,600.00 $3,600.00 $4,200.00 $4,200.00 $2,300.00 $2,300.00
50 1 EA 8"PRESSURE REDUCING VALVE $11,500.00 $11,500.00 $10,800.00 $10,800.00 $11,925.00 $11,925.00 $15,000.00 $15,000.00 $24,500.00 $24,500.00 $9,800.00 $9,800.00
City of Round Rock KFA Project 0684
Arterial H Water Line Extension Page 2 of 3 KJ Project 1845001 DO
City of Round Rock Contractor:ARBA Construction,LLC QA Construction Services,Inc. BRCT,LLC dbo MA Smith Contracting Co,Inc. Whitestone Civil Construction,LLC Austin Underground,Inc.
Black Rock Construction
Arterial H Water Line Address:P.O.Box 451441, 5811 Blue Bluff Rd., 1475 Heritage Pkwy#313, 15308 Ginger Street, PO Box 1537, PO Box 5650,
Extension Laredo,T%78045 Austin,T%78724 Mansfield,TX 76063 Austin,Texas 78725 Cedar Park,7%78630 Wgo Vista,T%78645
Contact:lawb Flores,President Javier Barajas,Project Manager Harold Gamblin,Manager Travis Ragland,President Carrie Lewis,Member Richard Vavro,President
Bid Date:9/4/2019 512-387-5836,ext.701 512-913-5080 512-738-6700 512-990-7640 512-963-6746 512-535-3285
Time:10:30 AM Listed Total Base Bid: $1,466,524.98 $1,285,000.00 $1,695,964.7 $1,563,652. $1,600,858.00 $1,382,862.50
Bk1 Approx. Unit Item Description Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount UnR Price Amount Unit Price Amount
Item 0uantk
51 2 EA 8"DISMANTLING JOINT $1,207.00 $2,414.00 $1,500.00 $3,000.00 $1,885.00 $3,770.00 $1,500.00 $3,ODO.00 $750.00 $1,500.00 $1,200.00 $2,400.00
52 1 EA ULTRASONIC FLOWMETER,8"DIAMETER $6,325.00 $6,325.00 $8,400.00 $8,400.00 $9,225.00 $9,225.00 $8,700.00 $8,700.00 $29,000.00 $29,000.00 $6,400.00 $6,400.00
5 4 EA PRESSURE GAUGE W/SAMPLE COCK,TAPPING SADDLE,PIPE, $1,581.00 $6,324.00 $11800.00 $7,200.00 $1,275.00 $5,100.00 $2,100.00 $8,400.00 $2,000.00 $8,000.00 $1,300.00 $5,200.
FITTINGS
54 1 LS CONTRACTOR TO PREPARE,SUBMIT,PAY,AND ACQUIRE, $4,600.00 $4,600.00 $3,500.00 $3,500.00 $10,000.00 $10,000.00 $1,800.00 $2,800.00 $2,000.00 $2,000.00 $800.00 $800.00
WILLIAMSON COUNTY UTILITIES INSTALLATION PERMIT
Tabulated Total Rase Bid: $1,466,524.98 $1,285,000.00 $1,695,964. $1,563,652. $1,600,658.00 $1,320,391.70
Match Bid Form Total(Y/N) Y Y Y Y If IN
Skit
*.:.......................: .
JASON W. BYBEL
.................................�
97335 ;,;
9/10/2019
City of Round Rock KFA Project 0684
Arterial H Water Line Extension Page 3 0 3 KI Project 184500100
K FRI ESE
+ ASSOCIATES
SIGN-IN SHEET
Date: 9/04/2019
Time: 10:30 AM
Subject: City of Round Rock Arterial H Water Line Extension Bid Opening
Location: CORR Office—2800 Enterprise Drive, Round Rock, Texas 78664
NAME COMPANY E-MAIL PHONE
Jason Bybel KFA ibvbel cDkfriese.com 512-338-1704
Jeff Bell CORR jbell@roundrocktexas.gov 512-801-4461
bA - -:�39�6
f
t -7 3
n4�2 Ll�_ &A. e=�_
nn ✓ �
3YAa khre,
r~S f
Q. Aoc c -,' hvtt�trsrti h s+�ifh i+1CPca.», fLa `r o lb�(U
I
E
S
3
K FRIESE&ASSOCIATES,INC. • 1120 S.CAPITAL OF TEXAS HWY,CITYVIEW 2,SUITE 100 ♦ AUSTIN,'TEXAS 78746
TBPE FIRM#6535 ♦ P-512.338.1704 ♦ F-512.338.1784 ♦ WWW.KFRIESE.COM
BID OPENING - 10:30 AAA, SEPTEMBER 4, 2019
CITY OF ROUND ROCK-ARTERIAL H WATER LINE EXTENSION
ADDENDA STATEMENT OF BIDDER'S BID
NAME 1-4 SAFETY EXPERIENCE SECURITY t fBASE BID
AB b A LL-C
�- A �o � 5ce� c�3 $
� � 2,..$tF� Df,}O. �—
t.t�GiG KoG�[ �Ot/j ft2 ftGT�O✓. V �/ $ I� � 1.5- 4 At. 7""�
$ 357
$
$
K FRIESE
+ ASSOCIATES
n€;slt.€ PWI� ec.rF�.ciN.iAIN6
CERTIFICATE OF INTERESTED PARTIES
FORM 3.295
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. 2019-542767
QA CONSTRUCTION SERVICES, INC.
Austin,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/20/2019
being filed.
City of Round Rock Date Acknowledged:
09/26/2019
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.
0000 Arterial H 16 W.L. Ext
Arterial H Waterline Extension
Nature of interest
4
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling I 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 V1.1.3a6aaf7d
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
101`1
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2019-542767
QA CONSTRUCTION SERVICES, INC.
Austin,TX United States Date Filed:
2 Name of governmental entity or state agency that is a parry to the contract for which the form is 09/20/2019
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.
0000 Arterial H 16 W.L. Ext
Arterial H Waterline Extension
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling I Intermediary
5 Check only if there is NO Interested Party.
X
6 UNSWORN DECLARATION
My name is Aida Regalado and my date of birth is
My address is 5811 Blue Bluff Road Austin TX 78724 USA
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Travis County, State of Texas on the 20th day of September,20 19
(month) (year)
r
ignature of authori d agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d