Loading...
Contract - Fuquay, Inc. - 4/25/2024 1Z - 202 -DQ 3 ORIGINAL CITY OF ROUND ROCK UTILITIES & ENVIRONMENTAL SERVICES ROUND ROCK TEXAS Project Manual For: Cycle 3 Basin 4 & 5 - Manhole Rehabilitation August 2023 Prepared By: 191 /Z �....:...................... .*.I CHRISTOPHER PERKINS •� 108818 ' 1 fir'• /CENSER '� 1 Fps%p" G��'=_ APPROVED BY `` -- C 1 TY ATTO R N Y TBPE Firm Registration No t 00200 BUY BOARD CONTRACT Board- PURCHASING COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 1. Discount (%) off cata log/price list for UV Light Cured Spiral Wound Fiberglass Liner for CIPP Mainline Rehabilitation Gravity Applications and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No National Water Main Cleaning Company National Water Main Cleaning Company - Impreg price list 0% Yes National Water Main Cleaning National Water Main Cleaning Company - LMK Technologies price 0% No Company list National Water Main Cleaning National Water Main Cleaning Company- Reline price list 0% Yes Company National Water Main Cleaning National Water Main Cleaning Company - Saertex price list 0% Yes Company National Water Main Cleaning National Water Main Cleaning Company price list 0% Yes Company Portland Utilities Construction Portland Utilities Construction Co. - Saertex price list 0% Yes Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions Buy Board Catalog - FerraTex 5% Yes LLC price list Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services - Quadex price list 0% No 2. Discount(%) off catalog/pricelist for Pipe Bursting Rehabilitation and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No Portland Utilities Construction Portland Utilities Construction Co. - Saertex price list 0% Yes Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions- ISCO price list 5% No LLC Southern Trenchless Solutions, Southern Trenchless Solutions Buy Board Catalog 5% Yes LLC Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services - Quadex price list 0% No Board PURCHASING COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 3. Discount (%) off catalog/pricelist for Structure (Manhole) Rehabilitation, Corrosion Protection,and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% Yes National Water Main Cleaning National Water Main Cleaning Company- AP/M Permaform price 0% Yes Company list National Water Main Cleaning National Water Main Cleaning Company- Raven Lining Sytstems 0% Yes Company Materials price list National Water Main Cleaning National Water Main Cleaning Company - Strong Seal Materials 0% Yes Company price list National Water Main Cleaning National Water Main Cleaning Company -Trelleborg Materials 0% Yes Company price list National Water Main Cleaning National Water Main Cleaning Company- Parsons Environmental 0% Yes Company Materials price list National Water Main Cleaning National Water Main Cleaning Company price list 0% Yes Company Portland Utilities Construction Portland Utilities Construction Co. -Saertex price list 0% No Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions Buy Board Catalog 5% Yes LLC Southern Trenchless Solutions, Southern Trenchless Solutions Buy Board Catalog- Carboline 5% Yes LLC price list Southern Trenchless Solutions, Southern Trenchless Solutions Buy Board Catalog- Standard 5% Yes LLC Cement price list Southern Trenchless Solutions, Southern Trenchless Solutions- Core &Main price list 5% No LLC Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services- Quadex price list 0% Yes 4. Discount (%) off catalog/pricelist for Bypass for Gravity Pipelines and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No National Water Main Cleaning National Water Main Cleaning Company price list 0% Yes Company Board- PURCHASING COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 4. Discount (%) off catalog/pricelist for Bypass for Gravity Pipelines and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Portland Utilities Construction Portland Utilities Construction Co. - Saertex price list 0% Yes Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions - Blue Green Munical price list 5% No LLC Southern Trenchless Solutions, Southern Trenchless Solutions Buy Board Catalog 5% Yes LLC Southern Trenchless Solutions, Southern Trenchless Solutions- Godwin price list 5% No LLC Southern Trenchless Solutions, Southern Trenchless Solutions- Sunbelt price list 5% No LLC Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services - Quadex price list 0% No 5. Discount(%) off catalog/pricelist for Clean/TV and Evaluation for Gravity Pipelines and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc- Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No National Water Main Cleaning National Water Main Cleaning Company price list 0% Yes Company Portland Utilities Construction Portland Utilities Construction Co. - Saertex price list 0% Yes Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions Buy Board Catalog 5% Yes LLC Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services - Quadex price list 0% No 6. Discount (%) off catalog/pricelist for Excavation and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc -Alphaliner price list 7% Yes Board_ PURCHASING COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 6. Discount (%) off catalog/pricelist for Excavation and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No Portland Utilities Construction Portland Utilities Construction Co. - Saertex price list 0% Yes Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions Buy Board Catalog 5% Yes LLC Southern Trenchless Solutions, Southern Trenchless Solutions- Sunbelt price list 5% No LLC Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services - Quadex price list 0% Yes 7. Discount (%) off catalog/pricelist for HDPE Tight Fitting Liner(IPS diameters) and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Southern Trenchless Solutions, Southern Trenchless Solutions Buy Board Catalog 5% Yes LLC Southern Trenchless Solutions, Southern Trenchless Solutions- ISCO price list 5% No LLC 8. Discount (%) off catalog/pricelist for Polyester Reinforced Polyethylene (PRP) Pipe Liner and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount No Bid No Bid No Bid 9. Discount(%) off catalog/pricelist for CIPP Pressure Pipe Lining for Potable and Non-Potable Pressure Pipelines and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No National Water Main Cleaning National Water Main Cleaning Company- Reline price list 0% Yes Company National Water Main Cleaning National Water Main Cleaning Company - Saertex price list 0% Yes Company National Water Main Cleaning National Water Main Cleaning Company price list 00/0 Yes Company Board n PURCHASING COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 9. Discount(%) off catalog/pricelist for CIPP Pressure Pipe Lining for Potable and Non-Potable Pressure Pipelines and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Portland Utilities Construction Portland Utilities Construction Co. - Saertex price list 0% Yes Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions Buy Board Catalog - FerraTex 5% Yes LLC price list Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services- Quadex price list 0% Yes 10. Discount(%) off cata log/price list for Pressure Pipeline Bypass and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc -Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No National Water Main Cleaning National Water Main Cleaning Company price list 0% Yes Company Portland Utilities Construction Portland Utilities Construction Co. - Saertex price list 0% Yes Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions- Blue Green Municipal price list 5% No LLC Southern Trenchless Solutions, Southern Trenchless Solutions Buy Board Catalog 511/0 Yes LLC Southern Trenchless Solutions, Southern Trenchless Solutions- Godwin price list 5% No LLC Southern Trenchless Solutions, Southern Trenchless Solutions- Sunbelt Rentals price list 5% No LLC Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services - Quadex price list 0% No Board PURCHASING COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 11. Discount(%) off catalog/pricelist for Line Cleaning and Inspection for Pressure Pipelines and Mechanical Cleaning and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount National Water Main Cleaning National Water Main Cleaning Company price list 00/0 Yes Company Portland Utilities Construction Portland Utilities Construction Co. - Saertex price list 0% Yes Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions Buy Board Catalog 5% Yes LLC Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services- Quadex price list 0% No 12. Discount (%) off catalog/pricelist for Storm Water Quality Pond Maintenance and Renewal and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% Yes 13. Discount(%) off catalog/price list for Internal/External Carbon Fiber Reinforced Polymer(CFRP) and Glass Fiber Reinforced Polymer(GFRP) For Pressure Pipe and Cast in Place Concrete and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount No Bid No Bid No Bid 14. Discount(%) off catalog/pricelist for Gravity Sewer Lateral Renewal Systems and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% Yes National Water Main Cleaning National Water Main Cleaning Company -Cosmic Lateral Lining 0% No Company Tube Materials price list National Water Main Cleaning National Water Main Cleaning Company price list 0% Yes Company Portland Utilities Construction Portland Utilities Construction Co. - Saertex price list 0% Yes Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions BuyBoard Catalog 5% Yes LLC Southern Trenchless Solutions, Southern Trenchless Solutions- Core & Main price list 5% No LLC Board' PURCHASING COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 14. Discount(%) off catalog/pricelist for Gravity Sewer Lateral Renewal Systems and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Southern Trenchless Solutions, Southern Trenchless Solutions-Blue Green Municipal price list 5% No LLC Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services - Quadex price list 00/0 Yes 15. Discount(%) off cata log/price list for Manhole, Access Portals, Wet Well and Lift Station Renewal, and Surface Cleaning Systems and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No National Water Main Cleaning National Water Main Cleaning Company- AP/M Permaform price 0% Yes Company list National Water Main Cleaning National Water Main Cleaning Company-Parsons Environmental 00/0 Yes Company Materials price list National Water Main Cleaning National Water Main Cleaning Company price list 0% Yes Company National Water Main Cleaning National Water Main Cleaning Company -Raven Lining Systems 0% Yes Company Materials price list National Water Main Cleaning National Water Main Cleaning Company- Strong Materials price 00/0 Yes Company list National Water Main Cleaning National Water Main Cleaning Company-Trelleborg price list 0% Yes Company Portland Utilities Construction Portland Utilities Construction Co. - Saertex price list 0% Yes Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions BuyBoard Catalog 5% Yes LLC Southern Trenchless Solutions, Southern Trenchless Solutions- Core &Main price list 5% No LLC Board x PURCHASING COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 16. Discount(%) off catalog/pricelist for Horizontal Directional Drilling (HDD)and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc -Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No Portland Utilities Construction Portland Utilities Construction Co. - Saertex price list 0% Yes Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions BuyBoard Catalog 5% Yes LLC Southern Trenchless Solutions, Southern Trenchless Solutions- Salazar Bore price list 5% No LLC Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services - Quadex price list 0% No 17. Discount(%) off catalog/pricelist for Glass Fiber Reinforced Polymer(GFRP) and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Southern Trenchless Solutions, Southern Trenchless Solutions BuyBoard Catalog 5% Yes LLC Southern Trenchless Solutions, Southern Trenchless Solutions- Core & Main price list 5% No LLC 18. Discount(%) off catalog/pricelist for Carbon Fiber Reinforced Polymer(CFRP)and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount National Water Main Cleaning National Water Main Cleaning Company - Primus Material and 0% No Company Supplies price list National Water Main Cleaning National Water Main Cleaning Company price list 0% Yes Company Southern Trenchless Solutions, Southern Trenchless Solutions BuyBoard Catalog 5% Yes LLC Southern Trenchless Solutions, Southern Trenchless Solutions- Core &Main price list 5% No LLC Board PURCHASING COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 19. Discount(%) off cata log/price list for Concrete Clearing and Removal from Sewer Lines and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount National Water Main Cleaning National Water Main Cleaning Company price list 0% Yes Company Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services- Quadex price list 0% No 20. Discount(%) off catalog/pricelist for All Other Underground Construction and Supplemental Items and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc -Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% Yes Portland Utilities Construction Portland Utilities Construction Co. - Saertex price list 0% Yes Co., LLC Southern Trenchless Solutions, Southern Trenchless Solutions BuyBoard Catalog 5% Yes LLC Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services - Quadex price list 0% No 21. Discount(%) off cata log/price list for Pipe Sealing of Sanitary Sewer Pipes and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No National Water Main Cleaning National Water Main Cleaning Company - Avanti Materials price 0% Yes Company list National Water Main Cleaning National Water Main Cleaning Company price list 0% Yes Company National Water Main Cleaning National Water Main Cleaning Company- Prime Resins Materials 0% No Company price list Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services- Quadex price list 00/0 Yes Board- PORCHASINO COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 22. Discount(%) off catalog/pricelist for Sealing of RCP or CMP Storm Sewer Joints and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc -Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No National Water Main Cleaning National Water Main Cleaning Company- Avanti Materials price 0% Yes Company list National Water Main Cleaning National Water Main Cleaning Company- Prime Resins Materials 0% No Company price list National Water Main Cleaning National Water Main Cleaning Company-Trelleborg Materials 0% Yes Company price list Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services- Quadex price list 0% Yes 23. Discount(%) off catalog/pricelist for Sealing of Box Culvert Storm Sewer Joints and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc- Sprayroq price list 7% No National Water Main Cleaning National Water Main Cleaning Company- Avanti Materials price 0% Yes Company list National Water Main Cleaning National Water Main Cleaning Company- Prime Resins Materials 0% No Company price list National Water Main Cleaning National Water Main Cleaning Company-Trelleborg Materials 0% Yes Company price list Vortex Services, LLC Vortex Services - FerraTex Solutions price list 0% Yes Vortex Services, LLC Vortex Services - Quadex price list 0% Yes 24. Discount(%) off catalog/pricelist for Manhole Seal/Stabilization and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Alphaliner price list 7% Yes Board PURCHASING COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 24. Discount(%) off cata log/price list for Manhole Seal/Stabilization and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No National Water Main Cleaning National Water Main Cleaning Company- Avanti Materials price 0% Yes Company list National Water Main Cleaning National Water Main Cleaning Company price list 0% Yes Company National Water Main Cleaning National Water Main Cleaning Company- Prime Resins Materials 00/0 No Company price list 25. Discount (%) off catalog/pricelist for Inlet/Catch Basin Stabilization and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc -Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% Yes National Water Main Cleaning National Water Main Cleaning Company-Avanti Materials price 0% Yes Company list National Water Main Cleaning National Water Main Cleaning Company price list 0% Yes Company National Water Main Cleaning National Water Main Cleaning Company- Prime Resins Materials 00/0 No Company price list 26. Discount(%) off cata log/price list for Pavement Lifting and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount No Bid No Bid No Bid 27. Discount(%) off catalog/pricelist for Levee Stabilization and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount No Bid No Bid No Bid 28. Discount(%) off cata log/price list for Trench Stabilization and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount No Bid No Bid No Bid BoardT PURCHASING COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 29. Discount(%) off catalog/pricelist for Lift Stations, Clarifiers, Water Tanks, Hydro Tanks, Miscellaneous Building and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Fuquay, Inc. Fuquay Inc - Alphaliner price list 7% Yes Fuquay, Inc. Fuquay Inc - Sprayroq price list 7% No 30. Discount(%) off catalog/pricelist for Sewer Grease Liquefying Agent and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Duke's Root Control, Inc Duke's Root Control-Jet Power II Grease Liquefier price list 0% Yes 31. Discount (%) off catalog/pricelist for Sewer Line Chemical Root Control and Related Items. Vendor Name Vendor Catalog Information Percent Award Discount Duke's Root Control, Inc Duke's Root Control - Razorooter 0% Yes 32. Not to Exceed Standard Hourly Labor Rate for Installation/Repair Service of Equipment and Products. Vendor Name Not to Exceed Hourly Labor Rate Bid Price Award Southern Trenchless Solutions, Not to Exceed Standard Hourly Labor Rate for Installation/Repair $150.00 Yes LLC Service of Equipment and Products National Water Main Cleaning Not to Exceed Standard Hourly Labor Rate for Installation/Repair $184.50 Yes Company Service of Equipment and Products Fuquay, Inc. Not to Exceed Standard Hourly Labor Rate for Installation/Repair $225.00 Yes Service of Equipment and Products Vortex Services, LLC Not to Exceed Standard Hourly Labor Rate for Installation/Repair $225.00 Yes Service of Equipment and Products 33. Not to Exceed Non-Standard Hourly Labor Rate for Installation/Repair Service of Equipment and Products. Vendor Name Not to Exceed Hourly Labor Rate Bid Price Award Not to Exceed Non-Standard Hourly Labor Rate for Fuquay, Inc. $225.00 Yes Installation/Repair Service of Equipment and Products. Vortex Services, LLC Not to Exceed Non-Standard Hourly Labor Rate for $300.00 Yes Installation/Repair Service of Equipment and Products. National Water Main Cleaning Not to Exceed Non-Standard Hourly Labor Rate for $397.85 Yes Company Installation/Repair Service of Equipment and Products. Southern Trenchless Solutions, Not to Exceed Non-Standard Hourly Labor Rate for $425.00 Yes LLC Installation/Repair Service of Equipment and Products. Board PURCHASING COOPERATIVE The Local Government Purchasing Cooperative For the Period 04/01/2024 to 03/31/2025 Final Catalog Award Report for Cured in Place Pipe (CIPP) for Pipeline Rehabilitation (Ultraviolet-Light Cured Products), No. 731-24 34. Coefficient for Standard Hours for Installation/Repair Service of Equipment and Products RSMeans Cost Data from the Total INCL O&P column (most current edition). Vendor Name Coefficient for Standard Hours Coeffecient Award Factor Fuquay, Inc. Coefficient for Standard Hours for Installation/Repair Service of 1.00 Yes Equipment and Products Vortex Services, LLC Coefficient for Standard Hours for Installation/Repair Service of 1.00 Yes Equipment and Products Portland Utilities Construction Coefficient for Standard Hours for Installation/Repair Service of 2.00 No Co., LLC Equipment and Products National Water Main Cleaning Coefficient for Standard Hours for Installation/Repair Service of 2.04 No Company Equipment and Products 35. Coefficient for Non-Standard Hours for Installation/Repair Service of Equipment and Products RSMeans Cost Data from the Total INCL O&P column (most current edition). Vendor Name Coefficient for Non-Standard Hours Coeffecient Award Factor Fuquay, Inc. Coefficient for Non-Standard Hours for Installation/Repair Service 1.00 Yes of Equipment and Products Vortex Services, LLC Coefficient for Non-Standard Hours for Installation/Repair Service 1.00 Yes of Equipment and Products Portland Utilities Construction Coefficient for Non-Standard Hours for Installation/Repair Service 2.00 No Co., LLC of Equipment and Products National Water Main Cleaning Coefficient for Non-Standard Hours for Installation/Repair Service 3.70 No Company of Equipment and Products 00300 PROPOSAL FUQUAY, INC. Board' D LL 4861 OM Hwa EI,Naw B....f.I..I X 78112 Ph-(830)606-1882 F..(830)606-1885 PROPOSAL DATE: March 26,2024 PROJECT: City of Round Rock Cycle 3 Basin 4&5 Manhole Rehabilhation 2023 Cured In Place Pipe CIPP for Pipeline Rehabilitation#731-24 PROJECT SPECIFIC LIST PRICING MEMBER PRICING DISCOUNTED PRICING SECTION Il:UV CURED PRODUCT ITEM Structure(Manhole)Rahabilllation and Corro.lon Prote O- and Related hams s lam 22101 CaMifion S...d.aM Re sir Mal6.d1-Con w1 SOFT 2774 3.00 $63802.00 -51.61 121.39 $59335.86 $18.00 549932.00 22103 CadRI-SUMard.and Ra art M-Wh -Condi6on3 SOFT 3250 $54.00 11]5.500.00 -$318 $W.22 SUKI215.0 541.00 133.250.00 2214 Inflow.Infilalt-R er--Inecfion 01 Cha-Grout Metanal GAL 50 321.00 $16,DW.W -22.41 29(1.53 114,926.50 1245.00 $12250.00 22101 Int 8lnlinnwn R.,s, Don.1 Chemical G-MatenaFL-6E a HR 50 24.00 $12200.0 -1].08 226.92 511346.00 $185.00 9250.00 221N Mann.b Bench aM Iman Nap-d Oamaar Base EA 51 2.50 140 827.50 -56.18 074.33 $38.06258 5600.0 530 600.00 22120 Mahn R-,611--P u cane PGM--hal land tlwanefa SOFT 346]'. $0.30 5101,025.00 -SlIM $0.28 $%,74325 4.20 - $89350.00 22123 PmNda aM-1111--1 Dmra AII-My up W lY EA 1 112.247.00 32.247.00 -5157.29 52.089.71 52.089.71 $1.140.00 $1.14.00 221M TINal and MotWRalwn-ManW.R-hH..Craw 6.m N.SHR nleN,TK MILE 62 $25.50 52.091.00 -51.79 $23.72 5194,83 $14.00 51.-54..00 TEM 4 Bypass for Gravity Pipelines and Related Rem. s lum 23102 Sat Up 6'Pum Per Pam EA B 32,568.0 320.54.0 .$179.7611 52.38814 $19.10.921 $995.00 $7960.0 23108 SIt Up 6'Pi LF 3200 125.50 581600.00 41.78 $23.7 $75.8411.011 .00 $25,-- V11 14 25800.023114 O­IA 6'p P'N SO- DAY 8 3..52.0 330.816.00 289.81 $15R2.38 28.65688 31.200.00 Eg.mm All Other Underground Construction and Supplemental Items and Relat.d Items S.ppl.-w Item. lam 38297 DAY N 0321900 $20540.0 -5224.70 $2,9.5.30 5191,D56211 5500.00 532000.0 m -ff.Cm-Ran 3rd P. Csnihsd EA 32 fB.fi30.00 1308.180.00 -5814.10 58.955.9058.955.905286.588.805286.588.8038300 05110.00 $1fi000.00 31,063A02.50 0986964.33 $398,1160.00 SAS! T PROJEC REMOVAL r.na�m,e�.a r ew,e.In�e9�e.41: IlyMpAE 1) ALL MANHOLE TO BE REHABILRATED,NO REMOVAL AND REPLACEMENT OF ANY MANHOLE IS INCLUDED 2) NO EXTERNAL DROP WILL BE INSTALLED.AN INTERNAL DROP IS INCLUDED IN THE PROPOSAL. TOTAL Sa AL1.MATERIAL.IS UUARANTFFD TO BE AS SPFCIFIED.AND TINY WORK TO BF PERFORMED IN ACCORDANC-I WITH THI DRAW Ud(E AND SPECIFICATIONS CUBMOTED FOR THE AEOVE WOM ANU C'UMPLE IiD IN A SUBSTANTIAL WOKLMANLIKL MANNER,ANY ALTEMTION OR DEVIATION FROM SPECIFC'ATONS AND DRAWINGS NVOLVNG EXTRA COSTS WILL B7 F.XECVIED ONLY IRON WRITTFN ORDERS AND WILL BECOME AN E'.XTM CHARGE OVER AND ASOVF THP QUOTATION. WORKER'S COMPENSATION.AND PUBLIC LIABILITY INSURANCE ON ABOVE WORK TO BE FURNISHED BY FUQUAY.INC THERE MAYBE AN ADDITIONAL.CHARGE FOR PROVIDING A WAIVER OF SUBROGATION AND/OR BEING LISTED AS AN ADDITIONAI.INSVRED ON FUQUAY-S INSURANCK THE CHARGE SHALL BE EQUAL TO THE AMOUNT CHARGED TO nIQUAY MR SAID SERVICE EXCLUSIONS: BOND,SAI.I:S TAA.Al.OCP BAR RICADE..S,SIGNS,TRAFFIC HANDING PERMITS,ILII-S,FEES INFILTRATION REPAIR WASTE RAU WYi DENATERINC. 9IIR3"EYING AL1,BYPASS PUMP-AND PIPE PLUGGING SITE CLEARING IROS'IDNG AND,T R PERFORMING ANY TERTNG 1LBtlY PAYMENT FUR SERVICES SHALL BE DUE AND PAYABLE WITHIN THIRTY DAYS OF THE DATE/MUN71E THE"MIS ACCEPTED BY. PERFORMED.THIS PROPOSAL MAY BE WTMDRAWN BY US IF NOT.ACCEPTED WITHIN THIRTY DAYS. COMPANY RFSPPCTUI L Y SUBMITT'D, NAME. FUQUAY.INC-. TOLE ��Pnnlnr����� �„�� r .� O► /��nil f� �Ilillt.W .r� � i r - 'lion 1���rr "" '�� ^Y .��' i,../OjfnF 11 A. MMWill let as ;�� ' Nom',•• ��# J9 -"pI'•r�.�►� ��W '+*+��►��* ii:_F. i —zz — "l��•i�►���, ti�4�"#'I..fR1�./�t/I11f1//*!!�!!!1 11pl�lFf+►fhl/;l�1'/i�i•f'.�:t!u��a!�t/►����'#$.��M'^aJ.aw���*��t"e"�d F-g�mnq�. e ����r�ti"l���hi��."��►raaa,`� �S��1��f+_t_r♦�'lhi�u . !n�r i:♦{Li1�.�•.II�� :'j*±rdiGului1�ld�l!.�i!aI�i�IIn^l�Il11f�3dW'42 i Fil� + , M{ S+ = IN + .t�►Fli - I! f / a.,q�;7td - `' •:"\fit I��RI r��•11111r�f."�t ,1 �s�11�►��.- 11�/I�j�IN!/ *^ .��r�'�'�,� `r. _ �,r(s.1/f i�M{'►,J♦llr. �ilHlln , 9 � r 1111/)' 11t . e�" ��'�a3�'3'a+? a�'.a��� ,��`�`r����.11�lllwl`♦ • �' 4' ��.�'^�•«�ee v�.+r k�Vi �. ��• '� 111 I�1 I►/ Al i is l"�i:�i f�y�.,����r�' m�l�1l�rfi ' ��. ��'I", • • t: .r� f�:Aj�` "* �.��ill■� Jrz ���►,o,lr/'� *% o [ s ' 1{u [ 7:Lal 3§ ill i�:n-'[rte 11l it l�5 � N,eG4� :p� ��j � •• � � iii /F �. �=��=-i.��■1 Vii, r,i�r b SC�Ci�AAAAMRSF —1� �\ ♦ i• igaFaa.�ad:n .artila�'i r r . _. -� � � .� ,1�'' ��irl�H�•: _ ;Ir�T�r itll±f m�ta��L,:nlilii�����i►! • :// :' '�����aia�ff�� �-.,,��� �� .r•' . ,��..9�=i� I � � Dun `_Crri.�1 4aas�ll111llilll/ll� '• r��i�ii'. �:'#t# E##:■ .rte - i 111111 if I I III1111111 /� rd�•, ����� ': i�n t MIIIIIIIIIIIIpliilli — 1 / 1 _Illegal 1E1 0001111111ur n111%4Mnnl ��IIIIIINIIIIIairnnus�■unnnl � � •- ;IFi'u �.1 _-_`•���_ � 1110E I101i/�� �\Ir'1 x•1/11 tl EI ,G��µy6,� d�l�y♦,.�$.�♦�� ,�� r/ice iri i♦it f ' �ar�/t �.,.,. a• 'ice eery y' vtk yFa a.t /iIf\I��i�r/� �����*f� A,,_¢, ;� /,'♦tet � !/� �r ff11�� �. ■� !•fes .��i J�� /1111f..•� -:�lriilrgiq�i�. ' � �►� ��Ml�al�i9 .� r_� ergo 401 t .11ll ­77 0 140 280 r Feet EX WWMH 1430301/2086236 �' EX WWMH 143820];2086235 -- ( a SEE NOTE 4. WWMH1430350 ,-its" w ' t *• SEE NOTE 2. 'Is • 9 I E%WWMH 1430308" �+ �..I h ■ e. i „ Q E%WWMH 1438194 SEE NOTE 3. rJe pyre ..1 , 1p C1� �1\ EX WWMH 1438201 ! � • t J. .. - 1. ` v T A WW-- � Pl At•71 �� MANHOLE REHABILITATION SUMMARY TABLE ;' `•. II CHRISTOPHER PERKIHS r. ..:.......................... MANHOLE EXISTING EXISTING APPROX.RIM WASTEWATER PIPE PROPOSED / 1 0881 B NO. MANHOLE MANHOLE SCOPE TO INVERT SIZE MANHOLE ADDRESS SIZE FRAME/COVER DEPTH(FT) FRAME/COVER 1 ••.. 1430350 48" 24' REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 6.9 6"IN, WA 406 YUCCA DR 10"OUT 1430308 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 7.9 10"IN, 8"OUT,10"OUT N/A 406 YUCCA DR 1438201 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 6.11 8"IN 8'OUT, WA 405 OLD WEST DR 1438207/ 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 9.3 12"IN, NIA 1970 RAWHIDE DR 2086235 12"OUT 1430301/ �. 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 9.5 8"IN,8"IN,8"IN, N/A 500 OLD WEST DR "j/iCr_R•JVo Lomnxa 2086236 12"OUT I _r W.rq Mwhoa% —EXaxrq GraMry bars 1438194 48" 24 REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 10.8 6"IN,8"IN, NIA 500 NESTERS 8"OUT CROSSING RD NOTES: vRG7ECT ID; DRAWN BY.Kdnlvr SaLKedo 1. ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. MFRS Who Hyl 2. MANHOLE IS LOCATED IN BACKYARD OF 406 YUCCA DR. DA-E 3. MANHOLE IS ON PRIVATE PROPERTY OWNED BY CROSSING THE CONDOMINIUMS. 4. MANHOLE IS ON PRIVATE PROPERTY OWNED BY ZECHARIAH PROPERTIES LTD.PRPOERTY IS WITHIN STORMWATER EASEMENT. 8 OF 23 s 0 140 280 Feet w ti. Ile ' / '`• t A 0. EX WWMH 1030327 O _ . y,q `.. - - Y< v O EX WWMI116i02]6 f SLL NOILI I L� �- I s4�E0FTE4a�IE MANHOLE REHABILITATION SUMMARY TABLE •` E y CM6ISTOPHEN PERKIN9 x MANHOLE EXISTING EXIS NO. TING APPROX.RIM PROPOSED I '< 1 0881 8 f WASTEWATER PIPE SIZE MANHOLE MANHOLE SCOPE TO INVERT MANHOLE ADDRESS �I 1 ''•..�lN16a:• i SIZE FRAME/COVER DEPTH(FT) FRAME/COVER 1 1430327 48' 24• REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 7.6 6-IN,10'IN,10'OUT N/A 802 BAKER ST 1438276 48' 24' REMOVE AND REPLACE. 4.5 10'IN, N/A 105 BAGDAD AVE.W 10'OUT .£LEND �awl�zehao Lcmure f _YrY.rq Mmho es. —E>tr..rq Gradly Yars .:J Kira. PI:L''C1 I-r NOTES: DRAWN Eft':Kdhivp Saucrdo MPH1yJEf1 RY' 1. ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. DAA 2. MANHOLE IS ON PRIVATE PROPERTY OWNED BY SOUTHWESTERN BELL TELEPHONE LP. ,. - 40 125 254 .', 1916066 EX WYVMH 1430579 +1 r, t • � _ FPPI + m a � , L - i, it _ o EE�I��I�rrJ 3 .. L Z.'a O w T Trey street ► f >r - : beer Run _ =°� J art F O t x - - _ _ EX WWMH I so oft �♦ +:+" ».. •,. " ''� \ •'n EX WWE4H 1J70597t: ♦ I MANHOLE REHABILITATION SUMMARY TABLE _.,r......................:.... CHRISTOPHER PERKINS EXISTING EXISTING APPROX.RIM PROPOSED �r..."'•"••"......:""•• MANHOLEWASTEWATER PIPE / 1 0881 8 MANHOLE MANHOLE SCOPE TOINVERT MANHOLE ADDRESS I NO. SIZE FRAME/COVER DEPTH(FT) SIZE FRAME/COVER 1430593 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 13.1 10"IN, N/A 803 BLUFF DR ! /y 8"OUT, 0.OUT 1430587 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 12.11 TOUT IN, N/A 1004 DEER RUN 8" 1916066 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 6.3 6"IN, N/A 906 PENNY LN 6"OUT 1430579 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 9 6"IN,6"IN, 6"OUT N/A 1002 BLUFF DR - ..EGCIII +lay+N�R�+a6 Loaa0a•¢ f >trtrq Merho es —=Xlcrq Gro•/ty+lar. PR03EC7 10' DRAWN 8Y.KdOlYr Sdmedo APPR(NFD BY' NOTES: DATE 1. ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. y•„ 10 OF 23 0 160 320 n, Feel cEX WWMH 1430398 A � -+!:•.f�� - O I• 1v !e u Iny F . W { F G Ck.p Wood al. • Z 71 rl' N4 rr�rr Ji EX WWMH 143041Y y 1/ MANHOLE REHABILITATION SUMMARY TABLE „ 1• / CHRISTOPHER PfRKM16 /........................... MANHOLE EXISTING EXISTING APPROX.RIM PROPOSED I 108818 1 •�' NO. MANHOLE MANHOLE SCOPE TO INVERT SIZE WASTEWATER PIPE MANHOLE ADDRESS 11 ( p•;'F'�� SIZE FRAMEICOVER DEPTH(FT) FRAMEICOVER 1 1430412 48' 24' REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 7.9 6"IN, N/A 705 BROKEN BOW DR S. OUT , 1430398 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 4.7 6"IN1328 CHRISTOPHER 6"OUT N/'4 AVE 1430531 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 14,5 6"IN,6"IN,6"OUT N/A 1907 DEEPWOOD DR FSEND Yayx1.Raab Lamtlas Me hve —EX�vey Gra.11y Macs PRC7ECT lot DRAWN BY.KdhlpP Sdmedo APPROVI-D KY' NOTES: DA-E, 1. ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. 11 OF 23 ar 12S 151 EX WWMH 1436246 F eet 1 < wg " f EX YVWMH 1430423 O - ssr""" EX WWMH 1430565 M1 -- r j I EX WWMH 1430572 J -... + -• G SF- EX EE E%WWMH 1430568 a �1 P di —Abbey RaaR _ . _ i EX 143 575 '- l + 1 EX WW 1430577 � 11,tE�F.TE112Iz) MANHOLE REHABILITATION SUMMARY TABLE 78'111 EXISTING EXISTING APPROX.RIM PROPOSED CHRISTOPHER PERXINS /...;................ MANHOLE WASTEWATER PIPE NO. MANHOLE MANHOLE SCOPE TOINVERT SIZE MANHOLE ADDRESS /11 1708818 SIZE FRAME/COVER DEPTH(FT) FRAME/COVER tX7r'• CENfE.:''0 1ST 1430423 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 7.4 8 OIN. N/A 903 WALSH LN C 1430576 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 5.7 WIN, NIA 802 LIME ROCK DR 6"OUT 1430577 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 6.4 6'6"IN,6"IN OUT , NIA 1005 BLUFF DR 1430569 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 5.7 6"IN,6"IN, N/A 903 BLUE JAY WAY 6"OUT t SEND 1430568 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 7.6 6'IN, WA 909 BLUE JAY WAY 4a'r'sl'z'-Tab LccaOrc 6"OUT 4 .�,Crq rlarroel 6"IN,WIN, --EX4?rq Gmdry gars 1430575 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 7.5 6"OUT N/A 1102 BLUFF DR 1436245 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 5.5 6"IN, N/A 1112 BLUFF DR 6"OUT 1430565 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 5.1 6"IN,WIN, 6"OUT N/A 1420 OLD AUSTIN RD 1430572 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 5.76'OUT IN' NIA 1301 OLD AUSTIN RD 6" WtOJELT ID' DRAWN BY:KuiOYr Sauced. NOTES: APPROVED BY' DATE 1. ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. 2. MANHOLE IS LOCATED IN BACKYARD OF 1002 ABBEY RD. �� 1; 12 OF 23 0 125 250 EXWWMH1130546 Feet dk is z . � >� �. „"*'. ,� yam•- __-x"`�_ _ � ," }� . '�' y' z� F p EX WWMH 1 43707 e S' t•- �"\.• ■ - ,`it J�. t- , •' / r E•1 SFF NOTF r EX WWMH 1430556Ike �. , i .\ + '• ' Win!- _- _ry Y 1 lCRARrJLWt J � - OF 7p h�zi�zj _._- _ fir.,.......-•.•:r I MANHOLE REHABILITATION SUMMARY TABLE / CHRISTOVHfR vfRXIMS MANHOLE EXISTING EXISTING APPROX.RIM WASTEWATER PIPE PROPOSED I 1 0881 8 MANHOLE MANHOLE SCOPE TOINVERT MANHOLE ADDRESS E ( -;•`�� NO. SIZE FRAME/COVER DEPTH(FT) SIZE FRAME/COVER t�4''':KE I E fg8l 1437073 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 15.8 12 OIN UT NIA 101 CHISHOORLM TRAIL f X� --- 1430556 48' 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 5.5 6"IN,6'IN, N/A 110 BONWOOD DR 6"OUT 1430546 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 7.2 6'IN,6'IN, N/A 301 S LAKE CREEK DR 8'OUT .EGEND .wavxlt R_haC LCCaU]rG —e�orQ G�a.1ry Ya rs PRO)ECTiO'. DRAWTv BY.KdOlYr Sdmedo NOTES: APPN(Y.'1O KY' 1. ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. DA—E 2. MANHOLE IS ON PRIVATE PROPERTY OWNED ROUND ROCK BUSINESS PARK LP. 13 OF 23 EX WWMH 1430762 F'et w s — 1 Q ' .• � •E , — + x h� _ , , ,.''_.—..._ i ��� �„•�_ ' ! + ',� �. I '•� •.t J \. �1� � fEX WWMH 1+432125 N � FNI � h e � _ T f . V ` f 1 ` Y r� 1. EX WWMH 1430782 .' oW Peach Tree cove : [7 E ^ EX WWMH 1430791 _ IL, - jk Va. ow - - . .'ZE OF iE.� MANHOLE REHABILITATION SUMMARY TABLE �_..1......................:.... r CHRI$TOPHFR rERXIN$� EXISTING EXISTING APPROX.RIM PROPOSED •• •"'1"' MANHOLE WASTEWATER PIPE I 108818 MANHOLE MANHOLE SCOPE TO INVERT MANHOLE ADDRESS NO. SIZE FRAME/COVER DEPTH(FT) SIZE FRAME/COVERks IkjF,��••.. 6 1430791 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 7.8 6"'IN,OUT N/A 1000 SAM BASS CIR 1430782 48" 24' REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 3.9 6"IN, 1201 PEACHTREE6"OUT N/A VALLEY DR 1430762 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 4.8 WIN,6"IN, NIA 1415 NORMEADOWS 6"OUT CIR 1432125 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 3.5 6"IN, NIA 1502 GLENWII OW CV 6"OUT LEGEND Ha�hc/�R�+nb EccaOxc 7 �6:rQ FIMIIOC4 —EXrra GraNly`lar, PRD7ECT 10: DRAWN BY:Kaitlyn Sdmedo NOTES: APPROVFD BY: 1. ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. DATE 2. MANHOLE IS ON PRIVATE PROPERTY OWNED BY BLACK HORSE HOLDING LLC. •, ,,,Z;1 14 OF 23 0 140 280 J • 620 - 4 R y _ - ,uck Avenue _ Feet I 1 _ to +•, # 93./ h �; _ ■� 1�rY z FO ` - EX WWMH 1437997 - EX WWMH 1437992 - L O ^[ v SEE NOTE 2. EX W WMH 1437994 SEE NOTE 3. "� C SEE NOTE 3. - W ' E%WWMH1437993 SEE NOTE 3. I Q . O i X W s a x MANHOLE REHABILITATION SUMMARY TABLE '� =l y CNRiSTOPHER PERXINS MANHOLE EXISTING EXISTING APPROX.RIM WASTEWATER PIPE PROPOSED /"";•••'••••'••••••••'•••1••• MANHOLE MANHOLE SCOPE TOINVERT MANHOLE ADDRESS �j t 16618 j NO. SIZE FRAME/COVER DEPTH(FT) SIZE FRAME/COVER E11 •'��1,C'fNbE�`•�� 1437997 48" 24• GROUT STACK/CHIMNEY.GROUT MANHOLE WALL JOINTS.REWORK BENCH AND TROUGH,REMOVE FAILED COATING AND INSTALL N/A 24'IN, WA 1410 ROUND ROCK AVE GEOPOLYMER COATING. 24'OUT 1437994 48• 24• REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 5.7 24"OUT N/A 1541 ROUND ROCK AVE 1437993 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 5,9 24IN, N/A 1540 ROUND ROCK AVE 24"OUT 540 1437992 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 13.7 24"IN, N/A 1/17 ROUND ROCK AVE 24'OUT 17703 JOHNSON WAY LEGEND Mayx1-Qehan LemNxc f ��r9 Merhgof cJIIC.r4 Gr40ty Mars PRO)ECT IO: NOTES: DRAWN BY.Kai11Pr Sdmeda lWPR1WHD KT: 1, ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. 2. MANHOLE:SON PRIVATE PROPERTY OWNED BY WILLIAMSON COUNTY.WILL POSSIBLY NEED TO ACCESS MANHOLE VIA THE PROPERTY OWNED BY HAMMOCK RESTAURANTS LLC. 3. MANHOLE IS ON PRIVATE PROPERTY OWNED BY WILLIAMSON COUNTY.WILL POSSIBLY NEED TO ACCESS MANHOLE VIA THE PROPERTY OWNED BY OUIKTRIP CORPORATION. 15 OF 23 140 280 EX WWMH 1430507C ..Y Feet 1 1 _ti�� �4 •f hi�.1 °. EX WWMH 1A30A24 2091291 �:� � W4 E , , I � Ao 14, a. " ► prrve a:sem O,�y ,,., 4.r— _..-�'_ . E �,.. ✓ .�; fir 1,�� � � mt .`_'� � 3 `L s O oeeP # r »x '� ■ Qy i cc CL `EX WWMH 1547583 J EX WWMH 14305391 G : M rInd O EX WWMH 1430538 + ( EX WWMH 1430428 1 X �► —`'�EOF f�rxlEt l��3 MANHOLE REHABILITATION SUMMARY TABLE EXISTING EXISTING APPROX. PROPOSED CRRISTOPHER PERXINS MANHOLE RIM WASTEWATER PIPE r,..' '" """'1"" NO MANHOLE MANHOLE SCOPE TOINVERT SIZE MANHOLE ADDRESS 4E 1OB818 i SIZE FRAME/COVER DEPTH(FT) FRAME/COVER 1430428 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 6.4 WIN IN 8"OUT , N/A 705 PARKERVIEW DR //IVJj7-1 1430424 48• 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 18.3 12"IN,8"IN, N/A 700 ST WILLIAMS AVE 15'OUT 1430507 48' 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 6 6"IN,6"IN, N/A 1108 CREEKVIEW DR 6"OUT 1547583 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 10 8"IN, N/A 1202 DEEPWOOD DR 8"OUT £LEND 1430539 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 11.8 6"IN.860UT"IN NIA 1301 DEEPWOOD DR 43-hc4e Rehab LamWrs ■ mat"mwh.es 1430538 48' 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 11.8 S'IN, NIA 1301 DEEPWOOD DR —"r dr"Gmdty Maes 8"OUT .._,•lvr.k PRO)ECE 10: DRAWN BY.KaiOYP Sdmedu APPR(WFD KY' NOTES: DA'E 1. ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. 4 280 .T 0 s Feet� EX WWMH 14305010 _ rNoeP I T rn .:a �.�p( aF EX WWMH 1430493 r i t• ■ ,< �•- .`.;,. ` ., i [X WWMH 1430513 ot/ '>♦Ob�f4 / id l ra _e2 • .f 1 • a . i 1 9 i.• EX WWMH n `, -' a W MH 1437090 t .: y t ,.• f • SEE NOTE 2. y j ;1��:f _�� OM EX WWMH 1430525 y s�1, 11 MANHOLE REHABILITATION SUMMARY TABLE ry' � ............ i � CHRISTORNER PERN91$ MANHOLE EXISTING EXISTING APPROX.RIM WASTEWATER PIPE PROPOSED 7i"••:•••••••• •••••••••,••• NO MANHOLE MANHOLE SCOPE TO INVERT SIZE MANHOLE ADDRESS 111 , �0881�8 SIZE FRAMEICOVER DEPTH(FT) FRAME/COVER 11/`fif•MENft.•�,fi•� 1430493 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 12.2 6"IN,10"IN, NIA 1401 CREEKVIEW DR 10"OUT 1437090 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 10.5 12"IN, N/A 1208 CLEARCREEK DR "'� a:a""• 12"OUT 1430501 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 7.8 12"IN, N/A 1218 CREEKVIEW DR 12"OUT 1430513 48" 24" GROUT MANHOLE WALL JOINTS.REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 12 6"IN,UT 8"IN 8"O , N/A 804 OAKRIDGE DR ..EGE11D 1430526 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 5.8 6"IN, N/A 1609 ST WILLIAMS LOOP `&-rc4-cA'ae lucjbx 6"OUT Exwxq Graalty Mars PRGlECT In! DRAWN BY:Kaitlyr Sdmedo NOTES: APPR(WFI)BY: 1, ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. DATE 2. MANHOLE IS LOCATED IN BACKYARD OF 1208 CREEKVIEW DR. 17 OF 23 tip 125 250 " I =° 77,1 Feet a 1 w .r, . \� ... •y.4 ';, � r 5 .� I ',..4..' r `4 =' '. _- �`f ft L� � }I �',e+1�` •� y��j r � r � e ,�` • ,� ,..., � J j .as .r .- �� "� � y »a O w Jlw LLL F� E%WWMH 143048814 V W4 � y 1 Creek .— view Drive— \\ 21 y,►...........E4, /Zs MANHOLE REHABILITATION SUMMARY TABLE /...a............................ / CHRISTOPHER PERNINS/ EXISTING EXISTING APPROX.RIM PROPOSED MANHOLE WASTEWATER PIPE IV.108818 r j MANHOLE MANHOLE SCOPE TO INVERT MANHOLE ADDRESS I NO. SIZE II �K'FNi��:•;} .� SIZE FRAME/COVER DEPTH(FT) FRAME/COVER 1430488 48" 24' REMOVE FAILED COATING AND INSTALL GEOPOIYMER COATING. 11'3 6"11N. OUTIN,10'IN, NIA 1907 WEST CREEK LOOP , 1430484 48" 24" REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 3.7 10"IN1907 WEST CREEK 10"OUT N/A LOOP I FNO Nd^h:11 Ze4'41-UK4M.., • F.arg FURho- -.vH.M Graa+ly 40— �oanoels i PRO ECT ID' DRAWN BY.Kui lyr SdmedP NOTES: APPWNy r)BY' 1. ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. DATE 2. MANHOLE IS ON PRIVATE PROPERTY OWNED BY SHADOWBROOK CLUB INC. „tea O v '" �'", 0 125 250 Feet n > � W 4i O " 1 o w ry 1 zri z '1 F 1 i • r 4 •, J y I all, WWMH2.I'S485 y SEE NOTE t AmA r���iE op.rE+sfEzl/zj I MANHOLE REHABILITATION SUMMARY TABLE . 1� CHRISTOPHER PERKINS 3 ...:....................:....i MANHOLE EXISTING EXISTING � APPROX.RIM PROPOSED % 1 0861 6 j NO. MANHOLE MANHOLE SCOPE TOINVE SIZE MANHOLE ADDRESS E, .,� p:F•�. SIZE FRAME/COVER DEPTH(FT) WASTEWATER PIPE) FRAME/COVER IRk',��••.• \ r 1435485 48" 32' REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 12.7 8"IN,12"IN, N/A 2410 ROUND ROCK AVE ,l G%� S"OUT EGEND 4V-ftl[4 aE lcm0as ■ 'I AW.rg MwhDe5 —EXrra Gra•lry`tars PRGFCT IO' DRAW,6\':Kdhlyr Stlucem NOTES: APPR(UVI-D RY: 1. ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. DATE 2. MANHOLE IS ON PRIVATE PROPERTY OWNED BY HCFD•ROUND,ROCK LTD. A 0 100 200 _Jr S Street .. �`°°r �� `` Feet� r 40> �E, p a< � � �� � j^ � `� '" �il, "►- � '� X11 �. �. _. � � � '.Mk.— \41 ,. . - Street — 'y Tasney ... 1\:� i Jl .'� 1,• Z > V .•Ex WWMH 1430821 q . cm SEE NOTE 3 ad kl EX WWM 2432137 NOI ol T Ridw Crest Drive `— - „ I ( ➢r .. - Nye -= y,4 444`►, ` 1Lf._ f MANHOLE REHABILITATION SUMMARY TABLE CHRISTOPHER RERNI•S/ EXISTING EXISTING APPROX.RIM PROPOSED 1 0881 8 MANHOLE MANHOLE MANHOLE SCOPE TO INVERT WASTEWATER PIPE MANHOLE ADDRESS ''N�,, NO. SIZE FRAME/COVER DEPTH(FT) SIZE FRAMEICOVER E11`+' !CF•1E4.;�t� 1432137 48" 24" ADD EXTERNAL MANHOLE DROP.REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 5 8"IN, NIA 202 DEERFOOT DRIVE � %j 12"OUT 1430621 48" 24" REWORK BENCH AND TROUGH.REMOVE FAILED COATING AND INSTALL GEOPOLYMER COATING. 16 12"IN,W IN, NIA 204 DEERFOOT DRIVE 12"OUT I FrFnr; .Ma�xfr Refab Lccanvs � �"y.rq r4anhc,xf .-,.E•r,.r,C GraeN tars PROJECT IO• NOTES: DRAWN BY.KdillYr Sducrdo 1. ANY DAMAGE BY THE CONTRACTOR TO BE REPAIRED TO EXISTING CONDITIONS AT NO ADDITIONAL COST TO OWNER. APPROVI-D KY:DA_E 2. MANHOLE IS LOCATED IN BACKYARD OF 202 DEERFOOT DR. 2. MANHOLE IS LOCATED IN BACKYARD OF 204 DEERFOOT DR. 00500 AGREEMENT 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 - I AGREEMENT made as of the )day of Vin the year 20l . BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Fuquay, Inc. ("Contractor") 4861 Old Hwy 81 New Braunfels,TX 78132 The Project is described as: Cycle 3 Basin 4&5-Manhole Rehabilitation The Engineer is: Christopher Perkins,PE City of Round Rock 3400 Sunrise Road Round Rock,TX 78665 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 4-2020 Pagel of 5 Standard Form of Agreement 00443647 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 on-yw"rr . ( Ian )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than one hundred twenty ( 120 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of one thousand and No/100 Dollars($ 1000 ) 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 and is not a penalty. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates, is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof) in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than one hundred forty ( 140 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's full and complete performance of the Work and all of Contractor's obligations under this Agreement. The Contract Sum shall be Four Hundred Ten Thousand Six Hundred Forty Dollars and Forty Cents ($ 410,640.40 ),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 00500 4-2020 Page 2 of 5 Standard Form of Agreement 00443647 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 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 of amounts approved by the Owner 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. The Owner shall not have any obligation to pay any amount covered by the Engineer's Certificate for Payment that is disputed by the Owner. 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 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 and approved by the Owner. 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 General Conditions. 00500 4-2020 Page 3 of 5 Standard Form of Agreement 00443647 6.2 The Work may be suspended by Owner as provided in Article 15 of the 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 Supplementa ,Special,and other Conditions of the Contract are those contained in the Project Manual dated August 20ryl3 7.1.4 The Specifications are those contained in the Project Manual dated August 2023 7.1.5 The Drawings,if any,are those contained in the Project Manual dated August 2023 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated August 2023 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated Amst 2023 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents,if any,forming part of the Contract Documents are as follows: N! A ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Kaitlyn Saucedo Utilities and Environmental Services 3400 Sunrise Road Round Rock,TX 78665 8.3 Contractor's representative is: Lance Wheeler Fuquay,Inc. 4861 Old Hwy 81 New Braunfels,TX 78132 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the other party. 00500 4-2020 Page 4 of 5 Standard Form of Agreement 00443647 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner,both parties hereto expressly agree and assert that,in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly,and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock,Texas,and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein,exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding,including without limitation,any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least two(2) original copies,of which one is to be delivered to Owner. OWNER CONTRACTOR CITY ROU R CK,TEXAS Fuquay, Inc. _� Printed NIle: MOW—�O Printed Name: David M allfelz Title mcwo Title: President Date Signed: Date Signed: 05/08/2024 ATTEST: L It #/1,1 6VN tty Clerk t V ;FOR CIT APPROVED AS TO FORM: Attorney 00500 4-2020 Page 5 of 5 Standard Form of Agreement 00443647 00600 INSURANCE AND CONSTRUCTION BOND FORMS BONDS AND INSURANCE INSTRUCTIONS Instruction Sheet 1. Insurance Company must be licensed by State of Texas. 2. Agent signing bonds must be licensed in Texas. 3. Agent signing bonds must have Power of Attorney on behalf of insurance company. 4. If Agent signing bonds has Power of Attorney, but not licensed in Texas, then the bond must be counter-signed by Texas local recording_agent. ALL THE ABOVE INFORMATION CAN BE FOUND AT Texas Department of Insurance website—www.tdi.state.tx.us 5. Make sure the dollar amount on both Performance and Payment Bonds match the amount of the Agreement& Bid Form Sheet. 6. Both Performance and Payment Bonds should be signed by Authorized Person. If the contractor is a corporation, then it should be signed by the President or the Vice-President. If the contractor is not incorporated, then it may be signed by the Owner. Please state the title of the authorized person. CERTIFICATE OF LIABILITY INSURANCE Instruction Sheet 1. CERTIFICATE OF LIABILITY INSURANCE FORM The City of Round Rock's Certificate of Liability Insurance form provided herein or a standard ACORD form. 2. PRODUCER and INSURED -Please list name, address,phone number and e-mail. 3. COMPANIES AFFORDING COVERAGE — TDI number required. The TDI number can be obtained from the Texas Dept of Insurance Website: http://www.tdi.state.tx.us/.—Company Lookup. Note: Exception to this rule.In certain instances where there is unusual risks involved,Surplus Lines Insurance Carriers can be used.Below are the guidelines: a. Insurance Company does not have to be"licensed in Texas",but they do have to be"eligible for a Texas license." Please verify with the Texas Dept of Insurance Website:http://www.tdi.state.tx.us/.—Company Lookup b. Policy has to be written by licensed surplus lines A,,ent. Also verify with the Texas Dept of Insurance Website:http://www.tdi.state.tx.us/-Agent Lookup 4. TYPES OF INSURANCE COVERAGE— CONSTRUCTION CONTRACT: Please double check the General Conditions and the Supplemental General Conditions for the types and amounts of insurance required. The Supplemental General Conditions usually state the following: a. Business Automobile Liability Insurance b. Workers' Compensation and Employers' Liability Insurance C. Commercial General Liability Insurance d. Builders' Risk Insurance— (Generally required for all "vertical" construction. Check with Project Manager for requirements.) FOR ALL OTHER CONTRACTS, PLEASE REFER TO THE INSURANCE SECTION FOR TYPE OF INSURANCE REQUIRED. (For example Engineering Service Contracts usually require"professional liability insurance".) 5. EFFECTIVE DATE &EXPIRATION DATE Please make sure dates are current. 6. City of Round Rock must be listed on the Certificate of Insurance as an additional insured (except Workers Compensation and Builders Risk). 7. Certificate must indicate that the insurance Company must give the City of Round Rock notice of any changes, cancellation , etc. at least thirty(30) days prior to date of change. 8. Make sure Certificate is signed by an Agent Licensed in the State of Texas, this can also be found on the Texas Department of Insurance website—www.tdi.state.tx.us—Agent Lookup. Bond#HSHNSU0852564 PEW ORRlANCE BOND THE STATE OF TEXAS � KNOW ALL.BY THESE PRESENTS_ COUNTY OF VIRI IAMSM � That . Fuguay, Inc. of the Cutty of New Braunfels County of Comal and State of Texas ,as Principal, and Harco National Insurance Company _authorized under the taw 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 Four Hundred Ten Thousand Six Hundred Forty and 40/100-------- Dollars (S 410,640.40 ) 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- WHERE S, thekPrincipal has entered � to a certain written Agreement with the Owner dated the ` _ _day of ,'?V'l 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: Cycle 3 Basin 4& 5 - Manhole Rehabilitation 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 Agree=ment, agreed and coveranted 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: PROV DED,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. Paae I (I[NK+i1014 MM) ftrb mance Bbndi 00413W4.10 PERFORMANCE BONDS(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 Woak performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shah in anywise affect its obligation on this bond,and it does hereby waive notice of any such change,extension of tom,afters ion or addition to the terms of the Agreement,or tra the work to be performed thereunder. If Principal fails to faithfully perform said Agreement. Surety, after receipt of written notice of Principal's default,shall perform all of Principal's duties and obligations under the Agreement. If, within ten ( 10) days after receipt of such notice from Owner, Surety does not commence to complete the obligations of Principal with a contractor acceptable to Owner and diligently complete the performance of the Principals duties and obligations, Owner shall have the right but not the obligation to have the duties and obligations of Principal performed. In such event, Surety steal l pay to Owner. upon demand,all costs_ expenses and damages sustained by Owner as a result of Principal's failure to perforrn its duties and obligations under the Agreement up to the penal sum of this Performance Bond, plus all costs and expenses, including attorney's fees and expert and consultant fees incurred by (honer to enforce its rights under this Performance Bond. IN WITNESS WHEREOF,ttbe said Principal and Surety have signed and sealed this instrument this day o f 20z. Fuquay, Inc. Harco National Insurance Company Principal S urelly -PAu ib . g1+jt �t2 Karen L. Baylor Printed Name Printed Name TWe: Title: Attomey-in-Fact Addkess.4861 Old Hwy 81 Address: 4200 Six Forks Rd., Suite 1400 New Braunfels,TX 78132 Raleigh,NC 27609 Resident Agent of Surety: Signatur Stephen Smith,Alliant Insurance Services,Inc. Printed Name 1421 Hanz Drive Street Address New Braunfels,TX 78130 C Ityi�t ,State&Zip Co&- Page 2 MR6 4-M29) Perfmnmc 111bud N) Bond#HSHNSU0852564 PAYMENT BO" THE STATE OF TEXAS KNOW ALL NEN BY THESE PRESENTS: COUNTY OF llif'D.L]APASON � That Fuquay, Inc. , of the City of New Braunfels County of Comal ,and State of Texas , as Principal, and Harco National 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, TEXAS (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 Four Hundred Ten Thousand Six Hundred Forty and 40/100----------------------------------------------------- Dollars(S 410,640.40 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors. successors, and assigns,jointly and severally. by these presents: WHEREAS the Principal has entered into a certain written Agreement with the Owner. dated the day of �, 2011 to which Agreement is hereby referred to and made a part hereof as fully to the same extent as if copied at length herein consisting of: Cycle 3 Basin 4& 5 - Manhole Rehabilitation NOW, 7TIEREFORE, THE CONDITION OF 'THIS OEILIGATION 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. PROVIDER,HOWEVYR., that this bond is executed pursuant to the provisions of Chapter 2253, Texas Goverturient Code, as amended, and all liabilities on this bond shalt be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page I 00620 or-MM ftymmt t$andi 0(4377699) PAYAUNT BOND jeonfinueO Ste, ff(w valw reeeanred,AWubks and apvm that no eAensm of tmme,allltenihm or ad&ioam to the Umms of the ApemeM, or to the Wat pofimmd , or dw plaims, teams or dmwinp mAoaa�aqiog the same shah m ate vmc affext As obhgoibm on this bo md,and it does heielby wave notwe of amt such eacmion ofbmrj,alae jbm or ad&bw w the tramp of the cmbaett,or to the wo&to he pa*nmed tt mender Ili WnWM WHBtEOF,the'smd PramcVamid Set�r hae sated and sea)le�B tins this day of' IMf Fuquay,Inc. Harco National Insurance Company `I�ct Z41 U`trz Karen L.Baylor Paimdted*mw Patted Nan By Tide: Attomey-in-Fact Addm—, -- 4861 Old Hwy 81 Addms& 4200 Six Forks Rd.,Suite 1400 New Braunfels,TX 78132 Raleigh,NC 27609 Rm i nt Agent of Setter: Stephen Smith,Alliant Insurance Services,Inc. Prided Nl mm 1421 Hanz Drive Sbmtt Adams New Braunfels,TX 78130 Cay,ate&Zip Code Page 2 006M L-zo¢o, eILymmmHbadi GOON6se, POWER OF ATTORNEY Bond# HSHNSU0852564 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered:4200 Six Forks Rd,Suite 1400, Raleigh,NC 27609 KNOW ALL MEN BY THESE PRESENTS:That HARCO NATIONAL INSURANCE COMPANY,a corporation organized and existing under the laws of the State of Illinois,and INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey,and having their principal offices located respectively in the cities of Rolling Meadows,Illinois and Newark,New Jersey,do hereby constitute and appoint BRANNON BROOKE, CORY BROOKE, STEPHEN SMITH, KRISTIN DARLING, BYRON R. DUDNEY, KAREN L. BAYLOR New Braunfels, TX their true and lawful attorney(s}in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY,as fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed,and may be revoked,pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December,2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December,2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attomeys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances,contracts of indemnity and other written obligations in the nature thereof or related thereto; and(2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians, agents for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation,and(3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance,contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF,HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December,2022 �\O,zWT/psG STATE OF NEW JERSEY STATE OF ILLINOIS !y �PQaR4z �9� County of Essex County of Cook O 1264 �or �- �f Naa Kenneth Chapman r •"> ,. 6 A k Executive Vice President,Harco National Insurance Company •" and International Fidelity Insurance Company On this 31 st day of December,2022 before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly swom,said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY,that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal,at the City of Newark, all New Jersey the day and year first above written. '! muawrc ae- = Cathy Cruz a Notary Public of New Jersey My Commission Expires April 16,2024 CERTIFICATION 1,the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney,with the originals on file in the home office of said companies,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF,I have hereunto set my hand on this day, A02501 Alliant Insurance Services,lnc �4� >e Irene Martins,Assistant Secretary VER2 2/2019 e_POA IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para presentar una queja: You may contact your Harco National Insurance Usted puede comunicarse con su Harco National Company at: Insurance Company al: 14800-3334167 1-800-3334167 You may also write to: Harco National Insurance Usted tambien puede escribir a Harco National Company c/o IFIC Surety Group at: Insurance Company c/o IFIC Surety Group at: Attn: Claims Department Attn: Claims Department One Newark Center,201h Floor One Newark Center,20th Floor Newark,NJ 07102 Newark,NJ 07102 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros de to obtain information on companies,coverages,rights Texas para obtener informacion acerca de companias, or complaints at: coberturas,derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance: Puede escribir al Departamento de Seguros de Texas: P.O.Box 149104 P.O.Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9104 Fax:(512)490-1007 Fax:(512)490-1007 Web: www.tdi.texas.Sov Web: www.tdi.texas.gov E-mail: ConsumerProtection(a)tdi.texas.sov E-mail: ConsumerProtection(a:tdi.texas.sov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contact the agent or the reclamo,debe comunicarse con el agente o la compania company fust.If the dispute is not resolved,you may primero.Si no se resuelve la disputa,puede entonces contact the Texas Department of Insurance. comunicarse con el departamento(TDI). ATTACH THIS NOTICE TO YOUR BOND: UNA ESTE AVISO A SU FIANZA DE GARANTIA: This notice is for information only and does not Este aviso es solo para proposito de informacion y no become a part or condition of the attached document. se convierte en parte o condicion del documento adjunto. FUQUINC-01 GBEAN ACORO" ( CERTIFICATE OF LIABILITY INSURANCE DATEMM/DDIYYYY) 5/8/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Bethany Dioli Alliant Insurance Services,Inc. P,v"co,No,Ext):(830)206-0449 (AAic,No): 1421 Hann Dr New Braunfels,TX 78130 .Bethan Dioli alliant.com Y• INSURER(S) AFFORDING COVERAGE NAIC i INSURER A:Old Republic Insurance Company 24147 INSURED INSURER B:Navigators Specialty Insurance Company 36056 Fuquay,Inc. INSURER C: P.O.Box 310946 INSURER D: New Braunfels,TX 78131-0946 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF LI POCY EXP LIMITS LTRA X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE ❑X OCCUR MWZY 314818 24 2/1/2024 2/1/2025 DAMAGE TO REoNTEDnce $ 500,000 MED EXP(Any oneperson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY T jpa F] LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: A AUTOMOBILE LIABILITY COMBINED.d. SINGLE LIMIT $ 2,000,000 X ANY AUTO MWTB31481924 2/1/2024 2/1/2025 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOSSWNED BODILY INJURY Per accident $ HIRED AUTOS ONLY AUTOS ONLY PPeOr acEadentDAMAGE $- $ B X UMBRELLA LIAR I X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE H024EXCZ0D6ZSIC 2/1/2024 2/1/2025 AGGREGATE $ 5,000,000 DED RETENTION$ _ _ A WORKERS COMPENSATION X PERTET OTH- AND EMPLOYERS'LIABILITY MWC 314817 24 2/1/2024 2/1/2025 1,000,000 ANY PROPRIETORIPARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ OFFICER/MEMBEW EXCLUDED? ❑N N/A (Mandatory In N ) E.L.DISEASE-EA EMPLOYEE $ 1,000'000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Pollution Liability CH24ECP0540201C 2/1/2024 2/1/2026 Each Incident 1,000,000 B Pollution Liability CH24ECP0540201C 2/1/2024 2/1/2026 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The General Liability,Commercial Auto and Umbrella policies contains a special provision with"Primary and Noncontributory"wording.30 Days Notice of Cancellation/10 Day Non-payment applies to General Liability,Commercial Auto,Umbrella and Workers Compensation policies per request.The General Liability,Commercial Auto,Umbrella and Pollution policies include a blanket automatic additional insured endorsement[provision]that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability,Commercial Auto,Umbrella and Workers Compensation policies include a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it.Umbrella is Follow Form over the underlying General Liability,Commercial Auto and Workers Compensation. Workers Compensation includes blanket alternate employer as required by SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Ci of Round Rock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City ACCORDANCE WITH THE POLICY PROVISIONS. 221 East Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID:FUQUINC-01 GBEAN Mr LOC#: 3ACO R17- ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Iliant Insurance Services,Inc. FP.O.uquay,Inc. Box Inc. POLICY NUMBER 310946 New Braunfels,TX 78131-0946 Travis EE PAGE 1 CARRIER NAIC CODE EE PAGE 1 ISEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: written contract. Fuquay has Equipment-Leased/Rented Coverage and a Builders Risk thru FCCI Insurance Company(NAIC#10178) Policy #CPP100030407-06, policy term 10/1/23-10/1/24. Leased/Rented limit is$500,000 per item with$750,000 Max Occurrence and the Builders Risk coverage per jobsite limit is$800,000. Extended Named Insured Schedule: American Fiber Mfg; Fuquay Complete Erosion Control; Fuquay Contracting; Fuquay Hydro-Mulch Inc; Fuquay, Inc.dba Fuquay Materials; Lucksinger Inc Project: Cycle 3 Basin 4&5-Manhole Rehabilitation ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED (SPECIFIC) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM It is hereby understood and agreed that the following is added as an Additional Insured on a primary and non-contributory basis only as respects the operations of the Named Insured for: All Persons or Organizations as required by written contract or agreement CA 800 009 1018 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. MWTB 314819 24 FUQUA Y,INC. 02/0112024-02/0112025 COMMERCIAL AUTO CA 04 43 11 20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) - AUTOMATIC WHEN REQUIRED BY WRITTEN CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to any person(s) or organization(s) for whom you are required to waive subrogation with respect to the coverage provided under this Coverage Form, but only to the extent that subrogation is waived: A. Under a written contact or agreement with such person(s)or organization(s); and B. Prior to the "accident"or the 'loss." CA 04 43 11 20 © Insurance Services Office, Inc., 2019. Page 1 of 1 MWTB 314819 24 FUQUAY,INC. 0210112024-0210112025 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF GENERAL AGGREGATE LIMIT DESIGNATED CONSTRUCTION PROJECT(S) AND DESIGNATED LOCATION(S) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE $ 5,000.000 Ultimate General Aggregate Limit (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) If endorsement(s) CG 25 03 - Designated Construction Project(s) General Aggregate Limit and/or endorsement CG 25 04 - Designated Location(s) General Aggregate Limit is (are) made a part of the policy, the following provisions apply to the insurance provided by this policy and supercede any provision(s)to the contrary: A. The Designated Construction Project General Aggregate Limit (CG 25 03) and Designated Location General Aggregate Limit (CG 25 04) are subject to the Ultimate General Aggregate Limit shown in the Schedule. B. The Ultimate General Aggregate Limit shown in the Schedule is the most we will pay for the sum of all damages under the Designated Construction Project General Aggregate Limit and Designated Location General Aggregate Limit. C. SECTION III - LIMITS OF INSURANCE provisions not otherwise modified by this endorsement shall continue to apply as stipulated. PGL 104 07 14 MWZY 314818 24 Fuquay,Inc. 02/01/24-02/01/25 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations All persons or organizations when required by written contract or All Completed operations agreement Information required to com tete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the"products-completed operations hazard". 1. Required by the contract or agreement; or However: 2. Available under the applicable limits of 1. The insurance afforded to such additional insurance; insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the 2. If coverage provided to the additional insured is applicable limits of insurance. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 1 MWZY 314818 24 Fuquay,Inc. 02/01/24-02/01/25 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations All persons or organizations when required by written contract or All locations agreement Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does nota I to "bodilyu or ' damage" or "personal and advertising injury" apply injury" caused, in whole or in part, by: property damage"occurring after: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 2 MWZY 314818 24 Fuquay,Inc. 02/01/24-02/01/25 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 ©Insurance Services Office, Inc., 2018 CG 20 10 12 19 MWZY 314818 24 Fuquay,Inc. 02/01/24-02/01/25 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): The project(s)as specified in the written contracts or agreements Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by "occur- damages or under Coverage C for medical rences" under Section I—Coverage A, and for all expenses shall reduce the Designated Con- medical expenses caused by accidents under struction Project General Aggregate Limit for Section I — Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con- 1. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily injury" or rations, such limits will be subject to the appli- "property damage" included in the "products- cable Designated Construction Project Gen- completed operations hazard", and for medi- eral Aggregate Limit. cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 Mw2Y 314818 24 Fuquay,Inc. 02/01/24-02/01/25 B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by 'occur- "products-completed operations hazard" is pro- rences" under Section I—Coverage A, and for all vided, any payments for damages because of medical expenses caused by accidents under "bodily injury" or "property damage" included in Section I — Coverage C, which cannot be at- the "products-completed operations hazard" will tributed only to ongoing operations at a single reduce the Products-completed Operations Ag- designated construction project shown in the gregate Limit, and not reduce the General Ag- Schedule above: gregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized contract- Products-completed Operations Aggregate ing parties deviate from plans, blueprints, de- Limit,whichever is applicable; and signs, specifications or timetables,the project will 2. Such payments shall not reduce any Desig- still be deemed to be the same construction pro- nated Construction Project General Aggre- ject. gate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 ©Insurance Services Office, Inc., 2008 CG 25 03 05 09 MWZY 314818 24 Fuquay,Inc. 02/01/24-02/01/25 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance: and CG 20 01 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 1 MWZY 314818 24 Fuquay, Inc. 02/01/24-02/01/25 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY POLICY WC 00 03 01 ALTERNATE EMPLOYER ENDORSEMENT This endorsement applies only with respect to bodily injury to your employees while in the course of special or temporary employment by the alternate employer in the state named in the Schedule. Part One (Workers Compensation Insurance) and Part Two (Employers Liability Insurance)will apply as though the alternate employer is insured. Under Part One (Workers Compensation Insurance) we will reimburse the alternate employer for the benefits required by the workers compensation law if we are not permitted to pay the benefits directly to the persons entitled to them. The insurance afforded by this endorsement is not intended to satisfy the alternate employer's duty to secure its obligations under the workers compensation law. We will not file evidence of this insurance on behalf of the alternate employer with any government agency. We will not ask any other insurer of the alternate employer to share with us a loss covered by this endorsement. Premium will be charged for employees while in the course of special or temporary employment by the alternate employer. The policy may be canceled according to its terms without sending notice to the alternate employer. Part Four (Your Duties If Injury Occurs) applies to you and the alternate employer. The alternate employer will recognize our right to defend under Parts One and Two and our right to inspect under Part Six. SCHEDULE STATE OF SPECIAL OR ALTERNATE EMPLOYER ADDRESS TEMPORARY EMPLOYMENT WHERE SPECIFIED BY TX CONTRACT WC 112a (1-94) WC 00 03 01 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( )Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS CPERATICNS 3. Premium: The premium charge for this endorsement shall be 0 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: I NCLUDED This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 02- 01- 2024 Policy No. M/C 314817 24 Endorsement No. Insured FUQUAY, I NC. Premium $ 1 NCL. Insurance Company OLD REPUBLIC INSURANCE COMPANY Countersigned By WC 42 03 04 B (Ed 6-14) (Ed. 6-14) 0 Copyright 2014 National Council on Compensation Insurance,Inc.All Rights Reserved. COMMERCIAL GENERAL LIABILITY CG 24 53 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) - AUTOMATIC This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. CG 24 53 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 MWZY 314818 24 Fuquay,Inc. 02/01/24-02/01/25