Loading...
BCRUA_R-15-06-23-7A RESOLUTION NO. R-15-06-23-7A WHEREAS, the Brushy Creek Regional Utility Authority, Inc. ("BCRUA") has duly advertised for bids for the BCRUA Intake Recommission Project, and WHEREAS, Excel Construction Services, LLC has submitted the lowest responsible bid, and WHEREAS, the BCRUA wishes to accept the bid of Excel Construction Services, LLC, Now Therefore BE IT RESOLVED BY THE BRUSHY CREEK REGIONAL UTILITY AUTHORITY, That the Board President is hereby authorized and directed to execute on behalf of the BCRUA a contract with Excel Construction Services, LLC for the BCRUA Intake Recommission Project. The Board hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 23rd day of June, 2015. KRISVMITFIELD, President Brushy Creek Regional Utility Authority ATTEST: etary ZWRUA1BOXtd Pxk[ISWackclBm ntb OIR42315W BCRUA-Cannotx-Eu ICOna ions li LLC((X)336 M)%A(MR)(l)dm DATE: June 22,2015 SUBJECT: BCRUA Board Meeting—June 23,2015 ITEM: 7A. Consider a resolution authorizing the President to enter into a contract with Excel Construction Services, LLC for the BCRUA Intake Recommission project. PRESENTER: Tom Gallier,General Manager BACKGROUND: On June 18,2015, bids were opened for the Raw Water Intake Barge Recommissioning Project. One responsive bid proposal was submitted by Excel Construction Services, LLC, of Leander,Texas. The total bid price on the base bid items for the project is$424,700. Excel is familiar with the construction and operation of the Raw Water Intake Barge, having constructed the facilities for BCRUA in 2012, and demobilized the barge due to low water conditions in September of 2013.A background check was performed for similar projects Excel has worked on over the past several years. The overall impression from the references our engineering consultant (HDR) contacted is that Excel provides quality work in a timely and professional manner. Also, HDR reports that they have recently completed successful marine projects with Excel on Lake Travis. Based on the information, HDR has recommended acceptance of the base bid from Excel. BCRUA staff met yesterday with OC representatives of the three BCRUA member cities, and reviewed the bid, and engineer's recommendation. Based on our review,the OC and BCRUA staff agree with the engineer's recommendation, and recommend Board approval and award of this contract. BCRUA staff and representatives of HDR will be present and available to respond to any Board questions at the June 23 Board meeting. I SECTION 00301 2 BID FORM (REVISED AD-3) 3 4 PROJECT IDENTIFICATION: Brushy Creek Regional Utility Authority Raw Water Intake Barge 5 Recommissioning. 6 7 THIS BID IS SUBMITTED TO:Brushy Creek Regional Utility Authority,Round Rock,TX,herein after 8 referred to as OWNER. 9 10 1. Enter Into Agreement 11 12 The undersigned BIDDER proposes and agrees,if this Bid is accepted,to enter into an agreement with 13 OWNER in the form included in the Bidding Documents to perform and furnish all Work as specified or 14 indicated in the Contract Documents for the Bid Price and within the Bid Times indicated in this Bid and in 15 accordance with the other terms and conditions of the Contract Documents. 16 17 2. BIDDER Acknowledgements 18 19 BIDDER accepts all of the terms and conditions of the Advertisement or INVITATION TO BID and 20 INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid 21 security. This Bid will remain subject to acceptance for 120 days after the day of Bid opening or for such 22 longer period of time that BIDDER may agree to in writing u22n request of OWNER BIDDER will sign 23 and deliver the required number of counterparts of the AGREEMENT with the Bonds and other documents 24 required by the Bidding Requirements within 10 days after the date of OWNER's Notice of Award. 25 26 3. BIDDER's Representations 27 28 In submitting this Bid,BIDDER represents that: 29 30 a. BIDDER has examined and carefully studied the Bidding Documents,other related data identified 31 in the Bidding Documents,and the following Addenda receipt of all which is hereby 32 acknowledged: (List Addenda by Number) 33 ADDENDA NO-� June 4,2015 2 June 8, 2015 June 11,2015 34 35 b. BIDDER has visited the site and become familiar with and is satisfied as to the general,local and 36 site conditions that may affect cost,progress,performance and furnishing of the Work. 37 38 c. BIDDER is familiar with and is satisfied as to all federal,state and local Laws and Regulations 39 that may affect cost,progress,performance and furnishing of the Work. 40 41 d. BIDDER has carefully studied all:Drawings of physical conditions in or relating to existing 42 surface or subsurface structures at or contiguous to the site(except Underground Facilities). 43 44 e. BIDDER accepts the extent of the"technical data"contained in such reports and drawings upon 45 which BIDDER is entitled to rely as provided in Article 4 of the General Conditions. 46 47 f. BIDDER acknowledges that such reports and drawings are not Contract Documents and may not 48 be complete for BIDDER's purposes. 49 439035-244376 Brushy Creek Regional Utility Authority June 2015 Raw Water Intake Barge Recommissioning BID DORM(REVISED AD-3) 00301-1 I g. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the 2 accuracy or completeness of information and data shown or indicated in the Bidding Documents 3 with respect to existing Underground Facilities at or contiguous to the site. 4 5 h. BIDDER has obtained and carefully studied(or assumes responsibility for having done so)all 6 reasonable additional or supplementary examinations,investigations,explorations,tests,studies 7 and data concerning conditions(surface, subsurface and Underground Facilities)at or contiguous 8 to the site or otherwise which may affect cost progress,performance or furnishing of the Work or 9 which relate to any aspect of the means,methods,techniques,sequences and procedures of 10 construction to be employed by BIDDER and safety precautions and programs incident thereto. ll 12 BIDDER does not consider that any additional examinations,investigations,explorations,tests, 13 studies or data are necessary for the determination of this Bid for performance and furnishing of 14 the Work in accordance with the times,price and other terms and conditions of the Contract 15 Documents. 16 17 i. BIDDER is aware of the general nature of Work to be performed by OWNER and others at the 18 site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. 19 20 j. BIDDER has correlated the information known to BIDDER,information commonly known to 21 CONTRACTORS doing business in the locality of the Site,information and observations obtained 22 from visits to the site,reports and drawings identified in the Contract Documents and all 23 additional examinations,investigations,explorations,tests,studies and data with the Contract 24 Documents. 25 26 k. BIDDER has given ENGINEER written notice of all conflicts,errors,ambiguities or discrepancies 27 in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to 28 BIDDER,and the Contract Documents are generally sufficient to indicate and convey 29 understanding of all terms and conditions for performing and furnishing the Work for which this 30 Bid is submitted. 31 32 1. Where conflicts,errors,ambiguities or discrepancies have been discovered in or between Contract 33 Documents and/or other related documents,and where said conflicts,etc.,have not been resolved 34 through the interpretations or clarifications by ENGINEER as described in the INSTRUCTIONS 35 TO BIDDERS,because of insufficient time or otherwise,BIDDER has included in the Bid the 36 greater quantity or better quality of Work,or compliance with the more stringent requirement 37 resulting in a greater cost. 38 39 m. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms 40 and conditions for performance and furnishing of the Work. 41 42 n. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person,firm or 43 corporation and is not submitted in conformity with any agreement or rules of any group, 44 association,organization or corporation;BIDDER has not directly or indirectly induced or 45 solicited any other BIDDER to submit a false or sham Bid;BIDDER has not solicited or induced 46 any person,firm or corporation to refrain from bidding;and BIDDER has not sought by collusion 47 to obtain for itself any advantage over any other BIDDER or over OWNER. 48 49 4. BIDDEWs Certification 50 51 a. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or 52 entity and is not submitted in conformity with any collusive agreement or rules of any group, 53 association,organization,or corporation. 54 55 b. BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or 56 sham Bid. 439035-244376 Brushy Creek Regional Utility Authority June 2015 Raw Water Intake Barge Recommissioning BID FORM(REVISED AD-3) 00301-2 1 2 c. BIDDER has not solicited or induced any individual or entity to refrain from bidding. 3 4 d. BIDDER has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for 5 the Contract. For the purposes of this Paragraph: 6 7 (1) "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value 8 likely to influence the action of a public official in the bidding process. 9 10 (2) "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the 1 I bidding process to the detriment of OWNER.(b)to establish Bid prices at artificial non- 12 competitive levels,or(c)to deprive OWNER of the benefits of free and open competition. 13 14 (3) "collusive practice"means a scheme or arrangement between two or more BIDDERS,with or Is without the knowledge of OWNER,a purpose of which is to establish Bid prices at artificial, 16 non-competitive levels. 17 18 (4) "coercive practice"means harming or threatening to harm,directly or indirectly,persons or 19 their property to influence their participation in the bidding process or affect the execution of 20 the Contract. 21 22 5. Bid Prices 23 24 BIDDER will complete the Work in accordance with the Contract Documents for the following prices(s): 25 26 BID SCHEDULE 27 28 Refer to Section 01061for descriptions of each Bid Item. 29 30 BID ITEMS: 31 BID EST ITEM DESCRIPTION UNIT QTY UNIT PRICE BID PRICE 1 Mobilization,Insurance and Bonds LS 1 $ J.0,000 $ '101000 3 Ivtefixe Aneher, $A 4- $ $ 31 Relocate Barge LS 1 $ 351000 $ jr 1000 4-3 Sewieetwd Inspect and Test Pump Motors LS 1 $ 1-31 DOD $ 13 1 00 0 S4 Inspect and Test ag Marine Power Conductors In Place and Reseal(PeweF LS 1 $ Cl l5'00 $ 9, S 60 S Relocate Marine Power Conductors to Barge and Inspect and Test Prior to Terminating IS I $ rj-lI O(X3 $ �I ,Ob 6 Reconnect Existing Marine Conductors LS I $ 1St DOtJ $ I Tj DO (� 7 Inspect,Test,and Return to Service LS 1 5t S 0 Electrical Bridge Crane 8 Inspect exdReconnect and Test Marine LS l $ 5(;FOC:IU $ 5/.•, .(1Ur C� Hoses 9 Secure,Transport and Set Pump Motors on LS l S a i I SOu $ -14, 1.300 Barge 10 Inspect,Test,and Return to Service all LS 1 $ 10t 500 $ I C 1 500 Barge Valves and Piping I 1 "Bump"Test Motors and Couple to Pumps LS I S F'i, I(X) $ P I 0 d 439035-2"376 Brushy Creek Regional Utility Authority June 2015 Raw Water Intake Barge Recommissioning BID FORM(REVISED AD-3) 00301-3 BID EST ITEM DESCRIPTION UNIT QTY UNIT PRICE BID PRICE 12 Inspect and Return to Service all Electrical LS 1 $ '1 t LUf) $ :� t I L• O n less VFD Components 13 Pump Manufacturer's Site Visit LS I $5Z.ril O $. -AZ, 000 14 VFD Manufacturer's Site Visit LS 1 $ 3 S DD $ 3Sr op o 15 Facility Start-Up LS 1 $ ( q o 0 n $ oD o 16 Remove Existing Low Voltage Power, Control,and Instrumentation Conductors and Furnish and Install New IF 850 S_ Aj 017 $ 6� 100 l 2 TOTAL BID FOR ALL BID ITEMS 3 II , I -It3� 1 ) 4 $ k �B' ,, rcj F erL 'c�0i 2•-c( �yfyC h,vr��Yr( 7,.t� .o/too 5 V (use words) 7 $ a (use figures) 9 Unit Prices have been computed in accordance with Article 11.6 of the General Conditions. 10 11 BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual 12 quantities determined as provided in the Contract Documents. 13 14 6. Time of Completion IS 16 BIDDER agrees that the Work will be substantially completed and ready for final payment in accordance 17 with Article 14 of the General Conditions on or before the dates or within the number of calendar days 18 indicated in the AGREEMENT. 19 20 BIDDER accepts the provisions of the AGREEMENT as to liquidated damages in the event of failure to 21 complete the Work within the times specified in the AGREEMENT. 22 23 7. Attached To This Bid 24 25 The following documents are attached to and made a condition of this Bid: 26 27 a. Required Bid Security in the form of 5%of Bid 28 b. A tabulation of subcontractors,suppliers and other persons and organizations performing work 29 valued at 20%or more of Total Base Bid. 30 T. f)lr.tulrs (_n v1 31 32 33 34 c. Vendor Compliance to State Law. 35 d. Bidder's Questionnaire. 36 37 9. Address for Communications 38 39 Communications concerning this Bid shall be addressed to the address of BIDDER indicated below: 40 41 1202 Leander Drive 42 43 Leander,Texas 78641 44 —-- 439035-244376 Brushy Creek Regional Utility Authority June 2015 Raw Water Intake Barge Recommissioning BID FORM(REVISED AD-3) 00301-4 1 10. Defined Terms 2 3 Terms used in this Bid which are defined in the General Conditions or INSTRUCTIONS TO BIDDERS 4 will have the meanings indicated in the General Conditions or INSTRUCTIONS TO BIDDERS. 5 6 11. Bid Submittal 7 8 This Bid is submitted by: 9 10 If BIDDER is: II 12 An Individual 13 14 Name(typed or printed): 15 IG By: 17 (Individual's signature) 18 19 Doing business as: 20 21 22 A Partnership 23 24 Partnership Name: 25 26 By: 27 (Signature of general partner--attach evidence of authority to sign) 28 29 Name(typed or printed: 30 31 32 A Corporation 33 34 Corporation name: Excel Construction Services LLC 35 36 State of Incorporation: Texas 37 38 Type of Corporation: 6C 39 ` f ,( eneral Business,Professional,Service,Limited Liability) 40 41 By: 42 (Signature--attach evidence of authority to sign) 43 44 Name(typed or printed): Randal Park 45 President 4G Title: 47 48 49 (Corporate Seal) 50 IG. _ _ r /_ 51 Attest: �`^'"�'H 'V ,Kevin Wenske 52 53 Date of Qualification to do business in Texas is 12 / 10 /1999, 54 (State where Project is located) 55 56 57 439035-244376 Brushy Creek Regional Utility Authority June 2015 Raw Water Intake Barge Recommissioning BID FORM(REVISED AD-3) 00301-5 I A Joint Venture 2 3 Name of Joint Venture: 4 5 First Joint Venturer Name: 6 7 By: 8 (Signature of first joint venture partner--attach evidence of authority to sign) 9 10 Name(typed or printed): 11 12 13 Title: 14 15 Second Joint Venturer Name: 16 17 By: 18 (Signature of first joint venture partner--attach evidence of authority to sign) 19 20 Name(typed or printed): 21 22 Title: 23 24 (Each joint venture must sign. The manner of signing for each individual,partnership,and corporation 25 that is a party to the joint venture should be in the manner indicated above.) 26 27 28 Bidder's Business Address: 1202 Leander Drive 29 30 Leander,Texas 78641 31 512-259-5005 32 Phone No.: 33 512-259-5665 34 Fax No.: 35 36 E-mail: randalnaexcelconstruction.com 37 38 Submitted on: June 18 ,2015 39 40 State Contractor License No.: NSA (if applicable) 41 END OF SECTION 439035-244376 Brushy Creek Regional Utility Authority June 2015 Raw Water Intake Barge Recommissioning BID FORM(REVISED AD-3) 00301-6 UNANIMOUS CONSENT IN LIEU OF A SPECIAL MEETING OF THE BOARD OF MANAGERS OF EXCEL CONSTRUCTION SERVICES, LLC The undersigned, being all of the members of the Board of Managers of Excel Construction Services, LLC, a Texas limited liability company ("Company"), on the below stated date, acting by unanimous written consent and without a meeting pursuant to the provisions of the Texas Limited Liability Company Act and not in contravention of any provision of the Articles of Organization or Regulations of the Company, hereby adopt the following resolutions: RESOLVED, that Randal M. Park and Matthew B. Cannon, as the President and Vice President, respectively, of the Company shall be, and each of them is hereby authorized and empowered for and in the name of the Corporation to do the following,which acts shall be fully binding upon the Corporation: 1. To enter into any lawful contract that any such officer may deem to be to the best interest or advantage of the Company, upon such terms and conditions and for such consideration as to such officer may seem proper or advisable; Executed effective as of the 18th day of Mardo,2015. Randal M. Park Matthew B. Cannon CR J—LLL ` 4,e $fatt of Texas A=tturq of Mutt CERTIFICATE OF ORGANIZATION OF EXCEL CONSTRUCTION SERVICESs LLC FILING NUMBER 07059851 THE UNDER3 IGNED, AS SECRETARY OF STATE OF THE STATE OF TEXAS9 HcRFBY CERTIFIES THAT THE ATTACHED ARTICLES OF ORGANIZATION FOR THE ABOVE NAMED COMPANY HAVE BEEN RECEIVED IN THIS OFFICE AND HAVE BEEN FOUND TQ CONFORM TO LAN. ACCCROINGLY, THE UNUEkSIGNED, AS SECRETARY OF STATES AND BY VIRTUE CF THE AUTHORITY VESTED IN THE SECRETARY BY LANs HEREBY ISSUES THIS CERTIFICATE GF CRGANIZATION. ISSUANCE JF THIS CERTIFICATE OF ORGANIZATION DOES NCT AUTHORIZE THE USE OF A COPPANY NAME IN THIS STATE IN VIOLATION OF THE RIGHTS OF ANOTHER ENTITY UNDER THE FEDERAL TRADEMARK ACT OF 19469 THE TEXAS TRADEMARK LAw, THE ASSUMED BUSINESS OR PROFESSIONAL NAME ACT OR THE COMMON LAW. DATED DEC. 10. 1959 EFFECTIVE DEC. 109 1999 Elton Bomer,Secretary of State l 12 FILED In the Secretary of State oe f f Texas ARTICLES OF ORGANIZATION DEC 10 i999 OF EXCEL CONSTRUCTION SERVICES,LL0,;orporaitions Sectlon The undersigned,acting as the sole organizer of a limited liability company under the Texas Limited Liability Company Act(the"Act"),does hereby adopt the following Articles of Organization for such limited liability company: ARTICLE I NAME The name of the limited liability company is Excel Construction Services,LLC. ARTICLE II DURATION The period of duration of the company is perpetual or until the earlier dissolution of the company in accordance with the provisions of its regulations. ARTICLE III PURPOSES The purpose for which the company is organized is the transaction of any and all lawful business for which a limited liability company may be organized under the Act. ARTICLE IV PRINCIPAL PLACE OF BUSINESS;REGISTERED AGENT The address of the company's initial registered office in Texas is 98 San Jacinto Blvd., Suite 2000,Austin,Texas 787014286,and the name of its initial registered agent is Kelly Latz. W:1CU ENTM1R3M32170101\Worg wpd l IAM i ARTICLE V MANAGEMENT The number of managers shall be fixed by the regulations of the company and,until changed in accordance with the manner prescribed by the regulations,shall'be two(2). The names and addresses of the initial managers are as follows: Name Address Randal M.Park 1932 Creole Drive,Austin,Texas 78727 William C.Miller 1604 Drop Tine Drive,Cedar Park,Texas 78613 ARTICLE VI PREEMPTIVE RIGHTS No member shall have a preemptive right to acquire any membership interest or securities of any class that may at any time be issued, sold or offered for sale by the company. ARTICLE VII CUMULATIVE VOTING The right of members to cumulative voting in the election of managers is expressly prohibited. ARTICLE VIII LIMITATION OF LIABILITY To the maximum extent 1,;,,vided by law, each manager of the company shall not be liable to the company or its members for monetary damages for an act or omission in such manager's capacity as a manager,except that this article does not authorize the elimination or limitation of the liability of such manager to the extent the manager is found liable for: (1) a breach of his duty of loyalty to the company or its members; WACUENrs1DIR32\34170\01%wtor&%Vd -2- (2) an act or omission not in good faith that constitutes a breach of duty of the manager to the company or an act or omission that involves intentional misconduct or a knowing violation of the law; (3) a transaction from which such manager received an improper benefit,whether or not the benefit resulted from an action taken within the scope of the manager's office;or (4) an act or omission for which the liability of such manager is expressly provided by an applicable statute. ARTICLE IX ORGANIZER The name and address of the organizer is Kelly Latz,98 San Jacinto Boulevard, Suite 2000, Austin,Texas 78701. EXECUTED this� day of December, 1999. _ Kelly Latz W.-CUVMMIx32%321701IWW&. d -3- 1 SECTION 00302 2 VENDOR COMPLIANCE TO STATE LAW 3 4 The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non- 5 resident bidders. This law provides that,in order to be awarded a contract as low bidder,non-resident 6 bidders(out of state contractors whose corporate officers or principal place of business are outside of the 7 state of Texas)bid projects for construction,improvements,supplies or services in Texas at an amount 8 lower than the lowest Texas resident by the same amount that a Texas resident bidder would be required to 9 underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non- 10 resident's principal place of business is located. The appropriate blanks in Section A must be filled out by 11 all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of- 12 state or non-resident contractors to do so will automatically disqualify that bidder.Resident bidders must 13 check the line in Section B. 14 15 A. Non-resident bidder in (give state),our principal place of business,are 16 required to be percent lower than resident bidders by state law. 17 Non-resident vendors in (give state),our principal place of business,are 18 not required to underbid resident bidders. 19 20 B. Ouprincipal place of business or corporate offices are in the State of Texas: 21 Yes 22 BIDDER: Excel Construction Services,LLC By Randal Park (Company Name) f (piedse print) Address: 1202 Leander Drive Signature: i Leander,Texas 78641 Title: President (please print) City State Zip 23 THIS FORM MUST BE RETURNED WITH YOUR PROPOSAL 24 439035-244376 Brushy Creek Regional Utility Authority June 2015 Raw Water Intake Barge Recommissioning VENDOR COMPLIANCE TO STATE LAW 00302-1 I SECTION 00303 2 BIDDER'S QUESTIONAIRE 3 4 The following information is required for evaluation of the low Bidder's qualifications and experience. 5 Complete this form and return it with the Proposal. 6 7 1. Bidder: Excel Construction Services, LLC 8 2. Years in business under present business name: 15 9 3. Attach a list of similar projects involving marine construction,including floating pump stations, 10 completed in the past ten years.Provide the name of Owner and Engineer for each project and I I include the name and telephone number of the contact person for each organization. S/A 12 4. Attach a list of current projects. Provide the name of the Owner and Engineer for each project 13 and include the name and telephone number of the contact person for each organization. Indicate 14 the total value of each contract and the value of the work remaining. S/A 15 5. Have you ever failed to complete any work awarded to you? 16 No X Yes If yes,explain: 17 18 19 6. Are you_presently involved in any litigation or lawsuits involving construction work of any type? 20 No XX Yes If yes,explain: 21 22 23 7. Identify the individuals you proposed to serve in the following functions and list the project and 24 contract value of the most recent project they served in the same capacity on: 25 Project Manager: Randal Park 26 Previous Project: S/A 27 Project Superintendent: Bernardo Godinez 28 Previous Project: S/ 29 8. Identify your principal bank: S/A 30 Contact Person: Phone: 31 9. Identify your bonding company/agent: S/A 32 Contact Person: Phone: 33 10. What percent of annual volume is in pump station construction? 15% 34 11. Volume of gross construction business during the last three years: 35 2014$ 12M 36 2013$ 18M 37 2012$ 12M 439035-244376 Brushy Creek Regional Utility Authority June 2015 Raw Water Intake Barge Recommissioning BIDDER'S QUESTIUNAIRE 00303-1 1 12. Has the company received an OSHA citation during the most recent 12 months? 2 No X Yes If yes,explain: 3 4 5 13. How many lost time accidents has the company had in the last year? 0 6 If any,then describe accidents and amounts of time lost: 7 8 14. What is your company's proposed sequence of construction activities/work plan to accomplish 9 this project?Identify perceived risks or obstacles to address.Submit project schedule with an 10 explanation of each task with identified risks to answer this question.Provide enough detail to 11 demonstrate expertise to construct this type of project. 12 13 '-w!e rL. )&fd SCINMOP norld 14 15 16 17 18 THIS FORM MUST BE RETURNED WITH YOUR PROPOSAL 19 20 END OF SECTION 439035-244376 Brushy Creek Regional Utility Authority June 2015 Raw Water Intake Barge Recommissioning BIDDER'S QUESTIONAIRE 00303-2 EXCE, CURRENT JOBS IN PROGRESS CURRENT ESTIMATED CONTACT CONTACT CONTRACT START COMP JOB6 NAME/DESCRIPTION OWNER CONTACT PHONE ENGINEER CONTACT PHONE AMOUNT LATE DATE 11-028 FLOATING RAW WATER INTAKE BARGE CITY OF CEDAR PARK KENNETH WHEELER 512.256.4121 HOR ENGINEERING AARON ARCHER 512-872100 $3.813.51600 Deo-ii 13-005 TRAVIS CfV MUD N0.4 SOUTH WTP TRAVIS COUNTY MUD 64 MATTMOORE 512413-52300 MURFEE HANKKIDWELL 512-327-9204 57.491.12000 Od-72 14 13-027 J2 PUMP STATION REHABILITATION TRAVIS DT'MUD 04 HANK KIDWELL 5124127-9201 MURFEE HANK KIDWELL 5124127-9204 1 S 835020.00 D0-13 14 13-037 1 LAGO VISTA WTP3 INTAKE CITY OF LAG0 VISTA IDAVESTEWART 1 512-267-1155 HDR SHAY RAOLSON% 512-912-5100 1 $7 766 00000 Ja 14 De 14 14-017 1 LOCKHEED SHAFT REHAB&OTHER INSPECTION CITY OF AUSTIN Alks Diced 512-974-7098 ARCADIS Iephanie Sue 512-527-6053 54567,000.00 14NOv 75-Nov 14-023 JUTTLE RIVER ACADEMY WWTP IMPROVEMENTS BELL COUNTY WCID NO.2 BILL EASLEY 254.9134267 KBA ENGINEERS ALAN DRAPER 5123426868 1,164385.00 14-Am154AW 14-047 IFLINTROCK LIFT STATION"A"EXPANSION IWCID 92 DEBBIE GERNES 512165.1111 RIVER CITY WILL PENA 512"23008 $929.11300 1212=14 7/2012015 14-055 RewVon R&VA UI SMw ]Taom Monis NTx31ael Sink 512-566-7390 Murfee Emomerm 8 Canadv 5/2-327-92D4 S 478.010.00 15-Fe0 IS 15003 S6aE0w CreekWWTP H Shadow Creek DVLP RirhardT TRC Ineen: Javier Ramus 5t2Ee4-3140 -52.000.000.90 15 15-Nm 15-0O5IAKEWAY W-3 HSPS d TRANSMISSION LINES ILAKEWAYMUD I EARL FOSTER I 5IZ261.52221 CE&C 572751.9272 I 51,5 855.00 3242015 I 11119@015 MO CT HIRTORY LISTING EXCEL GA COMPLETEDJO6S- CONTRACT START COMP 0 JO • NAIA 8C0. LLO CNME0. CONT T CONTACT PHONE ENGINEER CONTACT CONTACT PHONE AMOUNT DATE DATE -08 LORA 150000 GALLON RAW Ai RSTOMG TANK LCRA DAN SMITH 512473 MISS PBSSI SCOTT TRAINER 512.312-3200 20.1693 -00 Dec 6009 WESTPggK LIFT STATION-NEW ORYWElW7E7WELL LIFT STATION CITY OF AUSTIN RON U PHREY SIZ222.2813 THONHOFF BOB THONHOFF 512-32MTM 3 563903 lIA>•00 I J.01 CEDAR PARK NTP PHASE III-4 MGD EXPANSION TO WTP CITY Of CEDAR PARK TEXAS KENNETHWHEELER 5122584121 HDR ROGER NOACK $12912-5100 3 19089]3 A JM-1 2-001 LAKEWAY MUp54 NRP NWIP E%PANSION EWAYUTILTY DISTRICT LFOSTER 5122614222 FOR WWAIN WHNIS 512-9125100 S 3143695 W41 1-08 CEDAR PARKWWTP FILTER PROJECT,INSTALL NEW FILTER SYSTEM C"Of CEDAR PARK.TEXAS KENNEMNMEELER 512 255 4121 CDY DAVID BRIGGS 512.[51+00 S 600 i pac01 1-015 TWIN CREEKS RAW WATER SUPPLY.FLOATING W WATERINT TWINCPEEXS DEVELOPMENT JOE DEWINLO W47SWIT HDR WWAINWHITIS 512.91251(10 f 1035 D4c01 Cd-2 I CEDAR PARK WTP OUSE N.B MGD EXPANSION TO WIP CITY OFC DAR PMK TEXAS KENNETH WHEELER 512 2 55 4121 HDR ROGER NOACK 1 . 14100 5060 MY-02 JO-03 T459- JONESTOWNW INTAKE SARGE.RAW WATER-INTAKE BARGE JONESTOWN WSC JOHN MURCNISON 51226)]14 DAVIS ENG CHUCKDAVIS 512X7.5593 S 100215 Mar-2 IWc.02 2413 RIVIERA LIFT STATEN-NEW LIFT STATION CRY OFCDAR PARK T ERIC RAUSCHUSER 5122584121 LAN SCOTT MURRAH 512.3371212 5 N m 1001 RAWWATERPUMP REPLACEMENT.PROVIDE NEWRAW WATER PUMPS .WATER NPR.DISTRETM ROBERT FERGUSON5123279M MURFEE DAN RYAN 512.7.9201 S 18{995 Mar-0.T .VFW 3005 BLOCK HOUSE CREEK LIFT STATIW.NEW UFT STATION CITYOFCEDARPARK TEXAS ERE RAUSCHUSER 1 512258,4121 LAN SCOTTMURRAI4 312356-111 732760 JUPGJ f 3011 RAWWATER IRFUGA11014 SYSTEM•NEW GREENBELT IRRH2ANON SYSTEM TRANS UTILItt DISTRICT 4 ROBERT FERC 512.327.9201 MURFEE DAN RYAN 1 327-922-1 f 813893 tl 601 S.PLANT EMERGENCY REPAIRS SITUCTURALREPAIR TO CLARIFIERS CITYOFCOPPERAS COVE TX BOB MMNNON I 25151).0)51 RIVER CRY WILLPENA 512112-3008 5 91560 -03 N9Y40 3-035 WEBSTER PUMP STA71OW NEW WATER PUMP ATION COY OF CECARPARK TEXAS ERIC RAUSCHUBER 1 512258/121 CARTER BURGESS ALAN PXIWP6 I 512.14.100 3 ]93 1 NwY On01 SN1 SAN MARCOS NATL FISH HATCHERY-NEW SYSTEM TO RECLAIM WATER !USFISH NILWFE MARKORTOY 594246)915 MWH FJARKOWON WO 248-7915 S 1515938 JLL95 3-050 NEd NW NWTP IMPROVEMENTS EXPANSION TO TWO IXJSTBJGWWNS (CITY OF COPPERASCWE TX BOB MMNNON 2M.547.051 RNERCITY "S,PENA 5124424000 3 5WSASIla. JO-0! 4001 CEDAR BREAKS PUMP 9TATK)N.NEWRECWMEDWATERPUNPSTATKNJ ICrt OF LAG.V45TA.TERAS SUWXE 51149771!69 TZHAYNIE IN HAYNIE 512-M-240 515= 44-01 lW-0S 301) SLUDGE BUNG IMPR M NTS NEW THICKENER AND PUMP STATEN CITY OF GEORGETOWN 7X JOELWEAWR 512.930.3555 COM 512.16100 3 11X 46 b NOY-05 5402 COMANCHE TRAIL WWTP-N WWTP IOII7rCOMANCHEDBVELOP BRIAN BMOWELL 512.]16.6181 RNER LILY WILLPFNA 512442.3008 S 12Sam MwA J,c06 5-011 WTP EXPANSION ICITY OF ELGIN TX OOUOPI 1-61.54 HUNTER ASSOC CRAIG Be" 5124548715 3 3868408 JUI-05 60162005 WTP EXPANSION.MM GPD WTP EXPANSION d BOI-M STEEL GST JWESTO'MJ WSC JOXN XE + .26]-)I4 MM END CHUCK DANE 512267-5393 28 5393 S 700000 JPFOS 14600 1 TRIMMER CREEK UFTSTATEN.MEW UFTSTATION GIH OF HANKER XEIOXTS T% MARKHYOE 55.955.5500 W EGROUP I JOHHKULAR 2547729271 S 2 25M 000 JO08 ELM LIFTSTAIEN-NEW UFT STA CTTYOFLDARPAR TX IG'NNETF WNEEER 5122584121 DACE I DANDALLEN 512%74[00 3 55]000 Dae65 JO-06 5026 CIMIFl RIMPROVENENTS PAINTCLARIFIERS&REPU VISEIRS CRYOFCEOARPMKTMg EgNNUH 4121 CONGREGSWOBODA 512.3151200 S 19,479 0C-05 Ja60B 5430 STFNER RANCH WWI➢PHASE II-WWIP EXPANSION TAYLOR-VJOOpROWRYCID61) JNCOULTER 512.286.3965 RNER CITY WILL PENH 5124<2JOOe 3 3&0000 JOGS Marts 6095 DANSCL29CRUSBERREPAIRSR PAIRSONSCRUBBERMPINTJ CITY OF gUSTW TEAS JAMES KING S126ATO55 HDR 0.TORODRIOU 513912-3100 S 1088]0 00-08 1 AR PESTER PROCIMPRON&VALVE REPLACE CM OF AUSTIN.TX JAMES KING S1 972.1]00 LAN I JOHN MITCHELL 512.3364212 3 4m ISIS SII.GsJO49I 6025 AR0,41715 NTP PROCESS NPRW&EQUIPMENT REPLACEMENT CITY OF AUSTIN TX JAMES ENG I 5+29]21]91 TURNER COUKESHELBY ECHO.9 5134734519 S 2 DO06 JurW1 6021 WESTINGHOUSERDADTAN06 IMPROV CITYOFROUNOROC TX DAVIDFR W IGf 312.583.1121 COM I BILL MPRRIOT 512.3,61100 S SSO'78 D16m JOUR 6GS INEINHOPEWESTTANKSVALVEMOD CITY OF CEDAR PAR TX KENN MEEI-ER1 M225SA131 DANS ENG CHUCK BUNS 51236]-5393 I 199918 I Aw4m I MlIPW- S.Ooo WEST BULL CREEK PUMP STATION CITY OF AUSTIN ISUSTAMBER I 51 .972.0280 I PARSONS ERIC OAWSON 512-719-6020 Is 68.316 F4607 M 08 7-005 2007 WTP IMPROVEMENTS CITY OF CEDAR PARK TX lKIENNE711 WKEELER1 512256.4121 1 FOR ROGER NOACK 512912-5100 f 878800 MIIF07 I Se O7 7414 STERNER RANCH PUMP STATION EXPANSION WGO Ftl DEBBIEGERNES I 512255.1111 I RNERCfTY = WILLPENR 51242.3009 IS W.W SFW I JuaN 7415 BGQXFSPUMPSTATENFXPANSION NCI0117 loEaDIEGERNES 512255.2111 1 RIVERCfT' JOHN MUPAS St14<2-3008 3 999167. Tl NTOPOUS SITE OO CONTROL IMPRCVEMENIS CITYOFAUSTIN GARYJACKSON 512972.7115 1 MALCOLM PIRNIE STEPHANIE SUE 5124940058 S 1 ]85 Oe007 Nev-08 7.030 CRY OF AU TIN COMPOSITE ELEVATED TANK UB CITY OF AUSTIN IGEORGE JACKSON 53 .97CIHN I CDM ATTWEW WIATRI 8174396668 3 1511615 JaM10 7435 i luu. 1GARY ASBURY 6103796,22 1 TRC ENGINNER$ LES SHELF 512454.716 Is 1.311325 JNF05 015606 7537 MONTOPOUBSXAFT&LATERALS flEPAIR LT'DF AUSTIN GARY ISDNI 512M.7115.7115 MALCOLM RRNIE STEPHANIE SUE 5124940958 3 2.100.000 .00 Da-08 .6006 LLANO WWTP CRY OF LlAl1C FINLEYDEGRAFFEN 3252471158 HEJL LEE HERE DICXENUT 1 5124,23282 S 4380400 -08 .6013 JONESTCWN HLHAT GST JONESTOWN WSC JOIN HI 512267714 DAM CHUCKOAVI 512-X4393 S MASS JMFOB 0005 5016 M PARK BOSSTER PUMP STATION CRY OF CEDAR PARK JN 70LLE6 512)&]909 NOR ROGER NOACK 1 5124124100 f 2N -08 U 603 SAN DABRIELVNJTP C OFGEORGETOWN MICHEAL HALLMM 51 .9303569 CDM JANERRAMINEZ 512.161100 3 3.a JWe6 6-25 44H SERVICE PUMP STATION IMPROJEMENTS CDY OF ROUND ROCK COV FUND 51 16555E CON gREGSA0DB0QAj 512.3461100 3 ugg e3p J 6030 SOUTH JONESTCW Wq PUMPSTATIGN JONESTOWNWSC JOHN TISCHI 51225/.714 DANS I CHUCKDAVIS 5+22674.193 15 9550TJ SJXG FILTER ME[NA REPLACEMENT LOCP3 - CX3 ARMHURST 1 512152-9171 GRAYJANSVIG I MIKEWILU&MS 5124524371 19 16] 1JO-9 1�19 IFILlIER MEDIA REPLACEMENT IRNER Pi.ACF MUD CIOARMHURST 512452-371 GRAYJANSING I MIKE WILLIAM5 is MNOU II 1 9-0 1 JSRYANT PARKWATER IMP ICITYOFSVUSTROP JAMES MILLER 512.321.2173 KFREISE THOMASOWENS !124361]01 3 8)8915 A W 15.MPnq 9-013 CLARIFIER REHAB!LITATIW CIIY'OFROUNOROCR DON RUNDEL 5122185551 COM STEVE LYNK 512.161100 5 191102-I kma0m 3t.840 SDI) IFINE SCREEN d PLATFORM YSCOMUDES ]JE11FOARRE17 512923440 NS NGINEERiNG CMUCKDAIS 512-267.5394 15 170 I" I 902, EMERGENCY INTAKE RELOCATE LT SW CEDAR PARK SAM ROBERTS 512.2571121 1 COLD I WAROBER 512.2584121 f 6000000 b f0 9-019 n GSLANO NTP EXPANSION q EARLFOSIOR 1 V5=11511 1 SOKALLMAN STEVEKAILMAN 512.2164301 3 5512125 14 14 1 60.4 STEIN R RANCH BUMP EXPANSION-2009 RANG CTY WCBKDN 17 DESSIEGERNE6 512 111 0. m mu.REM 5124[2. 3005 f 91+409 40.GO 1JP9f0 9011 3009 NTP REHABJLRATION PROJECT CITY OF ROUND ROCK JEFF BELL 512216.5551 CLN STEVE LYNK 5123461100 5 3.767490 f.XovJY 1 31-peo10 1050 LCURB NDPIMPR MENTS C1W8C I ML 254,362779 SD WIRY K 512 1 f0)4 AW.fO Ju10 tOLW WIN MREW TNP EMEM DANDER A UO4TYC0 CPNO6T L 512 040 BROWM6 WY CRNC 9TPNELL St 14 S 415 Jlblp p IpUp9 F TERMEDNdSUDEW REPLAC NT CDYOF LLAND FWLEYO RAFFEN 32624Td166 MEJ LEE DAN HEJL 1 512,12 3 119.00 JULIA f0 167gB IDTLE RNEq YW°/IP BLL COV WCIDN BILLY fASLEV 254.91 T K9A ENGINEERS JOSEPH FJL 512342,,6! S 1215986 Odf0 .f0 fOJKR TMVR MUD VJW7P 9vUTTER BO% TMVI6 CTY MUGA RO T 0.OU9O 51 URP E NOIN R HANK 0148 512-321.904 Fp11 All 16020 R NTERW FLWANG IN AKF FACILRIES UA CHRIS PPE 1 t t O 1 $1241010 S ] Ip Ap t 16032 KIN OmUDv6WP4vp OVEMFNTS YUO RICK MEYENS 1 325.304559 IJ,MIERT IN J.MIMT HIN 51232)-2 257500 Y4H111 10-0]i p0UN0MOUNTAIN SIP TRAV6 CTY MID IT DEEffORNES 1 512-2561111 1 RNERCRY I OAMOKNUEPER 5f2a21 ! 377809 11 pull 11-001 IRAN CTY 4UO1TWpENT WT UNRUDA ROBERT FERGUS&Z 512327-RNM MURFERE EER9 DEN" O!0 1 512a2T,2M 3 151. F 11 it 11411 DA TYOFAUSRN IMAMA 512374.729, M OAN KIWI 51]4)2451 ! D571 It 11 AL A NBU CHEMICPHS DRUS AL NEW, UNFELSLDIL NN TAYLOR BM. 067 JON aCARfFA tMRY ER 513441.90] ! 11 J.13 11.019 NBU BE Tfl TER KIR SS PR N BRAUNFELSUTILJTY MJJ TAYLOR .605W7 I JONES a CARTER I LMRY DAFFIER 51241131 1]1]150 D6f1 .1 t1@) N UDSHAN HGBUIMXG SRAUNF UTILITY "TAYLOR 6MA06666) JONES&C MR LARRYWEPLER 512:LIMW 5 219] N 11 -3 12,0) UPLANDS WP TNIDEM FILTER REHAB WEST TMVIS WUM PUA NISON rUR 912• 100 URFEE EER OENNib IOUNO 512311-92d S 61 W9 JIuf2 1]140 12,15 LIBERTY WLL LL6a) CT•OF TY OR"KIRK 512-") f R LL CW IN 5117Jd* I 13 1 4 i N WATER WELL IM ENTPROJECT AQUA TE)UL9 BRENTR H 512-9904400 BURY, KE PMMERS LLEYFOWLER 5124ZPWlT 3 40 MW At! 13 12-031 BU6INESS ACRE9 PUMP STATION CITY OF VOOODWAY 25477240.30 WgLIACE GROUP BOB WAUL E 254•TI1 72 $ 23140000 LOD C 13 12432 CIRCLEVILLE W4P STATK)N JOMNSUO BILL BROWN 512.759•1288 DUFF CONSUL NG •MLUAMASTCN 2 )56514 S 7f]]4 W SA)D I JMI.O 12-031 CIEtOAPART4EMSUFT 6TATgN TRLSTAR UTILDIES J0.RON HOWELL 512.7%M12 BURVAPARMEAS JASONROBERTS 512- 11 4 9 00 12 12-035 NN3 AY%WELL IMPA ENTS CDYOFGONLLLES GARY SHOCK SM312-35 INV ULWJ BIEI K 612331.6033 5816000T ) Out! 12,10 CHAP BYWFf WfP RENOVA A M% RSUPPI.Y DAVID MING 512331301 RBRZELL IARONU KUN 512,]0-0112 288603200 Ou12 4113 12453 CDY OF FALLS CDY BR HWDMANN 42 tNV 11IILIAN BIIUAW6K 5123316133 3 27516-00 f.Otl M t] 1240 CRYSTAL FALLS L ATED SIDRAGE TANKd PUMP O003 COY LEANOER AIMEE HANI SIT4 KFRI E DAL M RPNY 513 701 ]M IRW 1 1.13 Jp4 1l NAORONEAPARTMENTSUFT TION TRI3TARUTIMW INC J0.9ONN 512-T565D12 BUPYdPMTNERS JASON HOWELL 512-756501 5501 f4 4 13-0W SAR 3KYtP EMERGENCYREPMRS CDYWAUSDN STEVE ARKS 5129I1.b76 CDYOFAUSDN PARIfS 512-9743573 f 556000/10 lW-t! f3 1100) MWANANWTP n-m MING 612•]03-]W] WA WAI 's 13116600 1 13 11014 CITY DA LLANO DL4ASfEN REUEFPRpJECT lcDYOFLLANC STMTUS PROPERR 512.4765733 HEJL LEE I CHEJN512,7WIM f 318 NSW Nw•13 Yw-1t 13015 CEDAR MEEK PS A DONNEU STORAGE TANK IKEMPNERW OUCHESOOOD I 511 -716 I STEGER R=Ll I UWOUBOSE I 51ZMNIZ 1 3 42233200 I 13JJPU I 14MM 1RK: ITRLBTm UTPDEB IJASONH LL IStl-T 1 BURY6 PAPT ERS JASON HOWELL 512.7�12 1 SSJ4000 I AN-14 I 6Wj_t_ 0-003 LIFT STARONIWCID,17 IDERBIE GERNM 512•MI44" RC ENGJNEFRII WI PEM I 512442,W I EMB17300 44 14 14-006 N OWWDI UFT SfAT1ONPVIN6 REpLACEM NT RMERAUTHMDY W 0 S5f eM D b awT 512,369336 SI6692.00 I JLLI4 I 0111 Randal M. Park 1306 Fernglade Lane Cedar Park,Texas 78613 (512) 848.3024 Summary • Construction Manager, Project Manager and Project Superintendent with extensive experience in managing large-scale commercial, industrial and institutional projects. • Accomplished in such key management functions as project planning, scheduling, resource acquisition, budget administration,purchasing and vendor relations. • Proven ability to work effectively with project owner, architects, engineers, vendors and subcontractors. • Thoroughly familiar with regulatory and compliance issues, including environmental, safety regulatory and employment regulations. Experience Excel Construction Services,LLC Austin,Texas February 2000-Present President- responsible for P&L and Company administration. Duties include coordination and scheduling all labor resources; hire, train, and evaluate the performance of field personnel. Assure jobsite compliance with all company safety policies and OSHA regulations. Establish, maintain and assure jobsite compliance with all administrative policies; project start up and close out policies; monitor margins to assure profitability; assist in establishing and maintaining project schedules. Identify and evaluate risk; develop construction means and methods during bidding process. JC Evans Construction Company,Inc. Austin,Texas February 1996-January 2000 Increasing responsibility beginning at the Project Superintendent level, through Project Manager and ultimately Construction Manager of the Commercial Building/Industrial Division. Construction Manager, responsible for overall coordination of all Commercial/Industrial construction activities. Coordinate and schedule all labor resources; hire, train, and evaluate the performance of Superintendents, Assistant Superintendents and Project Engineers. Assure jobsite compliance with all company safety policies and OSHA regulations. Establish, maintain and assure jobsite compliance with all administrative policies; project start up and close out policies; monitor margins to assure profitability; assist in establishing and maintaining project schedules. Identify and evaluate risk; develop construction means and methods during bidding process. Randal M. Park Page 2 JC Evans Construction Company,Inc.......cont'd Austin,Texas February 1996-January 2000 Project Manager/Superintendent Major Projects included: • Dripping Springs High school, Dripping Springs, Texas, $11.2 million. • Cedar Park Water Treatment Plant, Cedar Park, Texas, $4.2 million. • Steinmart Shopping Center, San Antonio,Texas,$3.1 million. • Bat-1 Building, Motorola Campus, Austin,Texas$3.6 million. The Law Company,Inc. Wichita,Kansas August 1988-December 1995 Scheduled, coordinated and directed on-site work of Law employees and subcontractors on large commercial construction projects. Monitored all work to assure that performance and materials are consistent with project specifications and completed on schedule. Processed material submittals and scheduled deliveries. Reviewed and approved all pay applications submitted by vendors and subcontractors. Had full site responsibility for compliance with local building codes, environmental regulations and safety standard. Recruited all local employees. Major projects included: • Project Superintendent, Barton Creek Mall Renovation, Austin, Texas, $6.5 million. Coordinated night shift on a complete renovation of a major urban shopping mall. Completed 1995. • Project Superintendent, JCPenney Store #0658, Laredo, Texas, $5.8 million. Completed 1995. • Project Superintendent, Add/Alter MATES Facility, Fort Riley, Kansas, $6.8 million. Completed 1994. • Project Superintendent, Sam's Club, Grand Island, Nebraska, $5.5 million. Completed 1993 • Project Superintendent, Boeing Fab Expansion Equipment Support, Wichita, Kansas, $3 million. Completed 1993. • Project Superintendent, Wal Mart, Cheyenne Commons Shopping Center, Las Vegas, Nevada, $4.6 million. Completed 1992 • Project Superintendent, JCPenney Store, El Paso, Texas, $5.6 million. Completed 1991. • Project Superintendent, Villa Gardens Skilled Nursing Facility, Pasadena, California, $1.8 million. Completed 1990. • Assistant Superintendent, The Residence Inn, Arcadia, California, $4.2 million. Completed 1989. Randal M. Park Page 3 Evergreen Construction Company Inc. (subsidiary of The Law Company) Austin,Texas September 1983-August 1988 Consistently increasing responsibility in construction management with this wholly owned subsidiary of The Law Company. • Project Superintendent, Leander Elementary School, Leander, Texas, $4.1 million. Completed 1988. • Project Superintendent, Kocurek Elementary School, Austin, Texas, $4.6 million. Completed 1986 • Project Superintendent, Manor Independent School District, Manor, Texas. $1.8 million. Completed 1986. • Project Superintendent, Andrews Elementary School, Austin, Texas, $1 million. Completed 1985 • Project Superintendent, Oak Springs Elementary School, Austin, Texas, $700,000. 'Completed 1984. Bernardo Godinez 2500 Jenibeth Lane Austin, Texas 78744 512.848.7135 bernardo0excelconstruction.com WORK HISTORY: 2001 Excel Construction Services, LLC Austin to Assistant Superintendent 2012 Kingsland WTP $5.614 GBRA GST and HSP $1.3M Riviera Springs Lift Station $.9M Blockhouse Uft Station $.7M Copperas Cove NE&NW WTP Expansion $5.5M Central TX WSC WTP $8.1M 2012 Superintendent to Circleville Pump Station $713K Present Cielo Apartment Homes Lift Station $566K Landmark Conservancy Lift Station $534K Neville Lift Station $312K Madrone Apartments Lift Station $542K TRAINING: Forklift, Loader and Extended Boom, Rigging, Scaffolding, CPR, First Aid, Osha 10 PERSONAL: Married 15 Years with 4 children. EXCEL COflSTRUCTIon SERVICES LLC OWNER Randal Park 1306 Femglade Lane President 512-848-3024 CREDIT REFERENCES COMPANY TELEPHONE CONTACT Texas Crushed Stone (512) 255-4405 Yvonne (512)863-5511 Environmental Treatment Tech (512) 251-5309 Derek Shires (512)251-5399Faz HK Fasteners (512) 989-8903 James Alvarez (512)989-9159Fu Environmental Improvements (713) 461-1111 Brian Phenegar (713-461-1821)Fm T Morales Electric (254) 793-4344 Tina Morales (254)793-3044Fm Crocker Crane Rentals (512) 258-1323 Mike Green (512)258-4635Fax Martin Marietta (512) 836-6848 Lorraine (512)834-1140Fm BANKING REFERENCE First State Bank Central Texas (512) 863-6315 Tim Lear 711 San Gabriel Village Blvd., Suite 100 Georgetown, Texas 78627 $300,000 Credit Line Account Numbers 1720005922 & 1743000102 BONDING & INSURANCE REFERENCE C/O John Bums (512)453-0031 Wortham Insurance Group 221 West 6th Street, STE 1400 Austin,Texas 78701 Bonding Limits $20M Aggregate PO Box 2260,Leander,Texas 78646 1202 Leander Drive,Leander Texas 78641 (512)259-5005 F(512)259-5665 BID BOND Any singular reference to Bidder,Surety,Owner or other party shall be considered plural where applicable. BIDDER(Name and Address): Excel Construction Services, LLC 1202 Leander Drive Leander,TX 78641 SURETY(Name, and Address of Principal Place of Business): Merchants Bonding Company(Mutual) 9500 Arboretum Blvd,Suite 100 Austin,TX 78759 OWNER: Brushy Creek Regional Utility Authority(BCRUA)221 E. Main Street, Round Rock,TX 78664 BID Bid Due Date: June 18,2015 Description: BCRUA Intake Barge Recommissioning BOND Bond Number: TBD Date: June 18,2015 Penal sum five percent of the greatest amount bid $ 5% (Words) (Figures) Surety and Bidder,Intending to be legally bound hereby,subject to the terms set forth below,do each cause this Bid Bond to be duly executed by an authorized officer,agent,or representative. BIDDER1 SURETY Excel Construction Servic s. LLC (Seal) Merchants Bonding Company(Mutual) (Seal) Bidder's Name and Corpo,rafe Seal Surety's Name and Corporate SealBY: Q �/ i 9/�a l Signature ,rJ� Sig ure(Attach Power of Attorne ) �6undc � l l rf . John S. Burns,Jr Print Name1 11 Print Name ?Y S I d i, Tt Attorney-In-Fact TitleW I I /ll� Title Attest: 14" Attest: Power of Attorney Attached Signature Signature Title N"91 IZ Title Note:Addresses are to be used forgiving any required notice. Provide execution by any additional parties,such as joint venturers, if necessary. 1. Bidder and Surety,jointly and severally,bind themselves, their heirs,executors,administrators, successors,and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. PENAL SUM FORM 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents,or 3.2 All Bids are rejected by Owner,or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents(or any extension thereof agreed to in writing by Bidder and, If applicable,consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness,identifying this Bond and the Project and including a statement of the amount due. S. Surety waives notice of any and all defenses based on or arising out of any time extension to Issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from the Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after the Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be In writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer,agent,or representative who executed this Bond on behalf of Surety to execute,seal,and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. if any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. r 11. The term"Bid"as used herein includes a Bid,offer,or proposal as applicable. EJCDC'C•430,Bid Bond(Penal Sum Farm).Published 2023. Prepared by the Englrteem Joint Contract Documents Committee. Page 2 of 2 MERCHANLS%_� BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make,constitute and appoint,individually, B Shamard; Chris Brandt; George S Sykes Jr; John S Burns Jr; Peter Pincoffs; Rob Bridges; Todd Davis; William H Page Jr of Austin and State of Texas their true and lawful Attomey-in-Fact,with full power and authority hereby conferred in their name, place and stead,to sign,execute,acknowledge and deliver in their behalf as surety any and all bonds, undertakings,recognizances or other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: FIFTEEN MILLION($15,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies,and all the acts of said Attorney-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 31st day of October , 2014. , •• 110144.... •.,, ••���NG•�O A�� MERCHANTS BONDING COMPANY(MUTUAL) ..-*o ORq'•�•ms's q�•'Q�P�9•"'f MERCHANTS NATIONAL BONDING,INC. ca Y. :'�n 's'• C2 1933 ' - v: 2CC3 :y �'ti By STATE OF IOWA �1' ,.••° �•• .•' COUNTY OF POLK ss. ""'•"•"'"�• •""• President On this 31 st day of October ,2014,before me appeared Lary Taylor,to me personally known,who being by me duly swom did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa,the day and year first above written. �Paw�s WENDY WOODY o p Commission Number 784654 Z My Commission Expires /owP June 20, 2017 Notary Public.Polk County,Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.. do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 18th day of June 2015 ......,,,,� *4041.4141.41• • -1 t01114 ''.,, •�D�NG Cpl•. 1933 :C Secretary POA 0014(7/14) fo �'.,d�'�;••••..."•;����,•,,,,. •41.6��•• •`14141. ,,•'''••,.., ...���N ••••41 41.••41 MERCHANTS BONDING COMPANY,. MERCHANTS BONDING COMPANY(MUTUAL) - MERCHANTS NATIONAL BONDING,INC. 2100 FLEUR DRIVE • DES MOINES.IOWA 50321-11S8•(800)678-8171 •(515)243-38S4 FAX IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company(Mutual) toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512)475-1771 Web: httpJ/www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM!DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved,you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX(12/13) BCRUA Recommissioning Schedule Notes General Notes • The Notice to Proceed date is arbitrary and will be adjusted based on award and contracts. • Task start and finish dates are critical. Durations may be increased and activities will overlap as needed. • Weekend work will be implemented to make up time for weather delays. • Owner activities will be inserted into the schedule once those activities and durations are determined. Task Notes: ID 3 Relocate Barge - This activity is weather dependent and there are restrictions per Barge Relocation Notes. Additional equipment and manpower will be on hand in the event of a sudden change in weather or conditions. All mooring systems must be coordinated and prepared prior to transportation of Ba rge. ID 4 Offsite Pump and Motor Inspection—This activity must occur early to allow time for service or repair should a defect be found. ID 5 Reinstall and Test Marine Discharge Cables—The difficulty of this activity has increased due to the significant rise in lake level elevation. Currently the water depth is 70 feet. Natural light will not be present at this depth and visibility will be very poor due to recent inflows. Divers will be limited in bottom time and additional divers will be needed to complete this activity in a timely manner. Overtime and weekend work might be necessary to perform the work within the required duration. ID 6 Transport and Install Pumps - Current LCRA(Old Burnet Road) might not be suitable to offload pumps onto the transport barge due to rising lake lever and change in topography. An alternate staging area must be obtained. The pump dolly must be fabricated prior to this activity. ID 7 Reinstall Pipe Header and Appurtenances—This activity is necessary in order to pressure test the hoses and also to determine the functionality of the discharge system. ID 8 and ID 9 Testing and Relocating Marine Power Conductors. - Functionality of the power cables is essential to recommissioning. Procurement of replacement cable(s)could vary between 2 to 12 weeks depending on availability. ID 10 Demo of Low Voltage and I&C Cables - Early procurement is critical. Installation will require coordinated power outages with the City of Cedar Park Raw Water Barge. ID Items 11 through 15 - Inspect and power up existing equipment to determine functionality. Identify problems and promptly notify Engineer to determine resolution. Procure and install replacement parts. ID 16 Facility Start Up - This is a coordinated effort by all parties. Schedule this activity well in advance. ID ITas kName Duration Start Finish Predecessors J!S,'S Ju! 2,'15 Jul 19,'1 Jul 26'1 g 2,'1 9,1 Aug lC�'S 23'15 T T F ISIS 1 Notice to Proceed 1 day Mon 7/6/15 Mon 7/6/15 I I 2 Mobilization 2 days Tue 7/7/15 Wed 7/8/151 I i Excel 3 Relocate Barge 3 days Thu 7/9/15 Mon 7/13/15 2 iT ! Excel 4 Offsite Pump and Motor Inspection 3 days Thu 7/9/15 Mon 7/13/15 2 SPCO 5 Reinstall and Test Marine Discharge Hoses 6 days Tue 7/14/15 Tue 7/21/15 3 I i Excel 6 $ Transport and Install Pumps 3 days Tue 7/14/15 Thu 7/16/15 4 Excal 7 Reinstall Pipe Header and Appurtenances 3 days Fri 7/17/15 Tue 7/21/15 6 ►` 1 Excei 8 Inspect and Test Marine Power Conductors(1st Test) 3 days Fri 7/17/15 Tue 7/21/15 3 t t T.Morelos 9 t Relocate Marine Power Conductors and Test(2nd Test) 5 days Wed 7/22/15 Tue 7/28/15 8,5 1 1 T.Monkles I�Ow 10 Demo and Replace Med ai Voltage and I&C Conductors 8 days Mon 7/20/15 Wed 7/29/15 I 1 T.Morelos 11 Electrical Terminations and Power Up Barge 4 days Thu 7/30/15 Tue 8/4/15 9,10 1 1 T.Morales 12 Transport and Install Pump Motors 3 days Mon 8/3/15 Wed 8/5/15 i 1 Excet 13 Couple Pumps and Motors.Pump Manufacturer's Site Visit 2 days Thu 8/6/15 Fri 8/7/1512 I } SPCO 14 Bump Test Motors 2 days Mon 8/10/15 Tue 8/11/1513 1 _1 SPCO 15 VFD Manufacturer's Site Visit 5 days Mon 8/10/15 Fri 8/14/15 t t T.Morales 16 Facility Siert Up 3 days Mon 8/17/15 Wed 8/19/1515 i 1 17 Punch List,Clean Up,Demobilize 5 days Thu 8/20/15 Wed 8/26/1516 1 I Task Project Summary r i Manual Task 1 1 Start-only C Oeadkne Project:BCRUA Recommisslong Spift ... Inactive Task Duration-only Finish-only 3 Progress Date:Wed 8117115 Milestone O Inactive Milestone Manua! Summary Rol krp'----- External Tasks Manuel Progress Summary (-- 1 Inactive Summary Manua!Summary Eztemal Milestone Page 1