Loading...
R-2025-056 - 2/27/2025 RESOLUTION NO. R-2025-056 WHEREAS, the City of Round Rock ("City") has previously determined in Resolution No. R-2024-128 that "Competitive Sealed Proposal' is the delivery method which provides the best value for the Reuse Water Pump Station Second Electric Utility Feed and Pump Addition Project, and WHEREAS, after advertising for and receiving proposals from offerors, the City of Round Rock determines that Prota, Inc. is the offeror which offers the best value for the City, and WHEREAS, the City Council now wishes to enter into a "Standard Form of Agreement Between Owner and Contractor" with Prota, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That, after advertising for and receiving proposals from offerors, the City of Round Rock hereby finds that Prota, Inc. is the offeror which offers the best value for the City for the Reuse Water Pump Station Second Electric Utility Feed and Pump Addition Project. BE IT FURTHER RESOLVED, That the Mayor is hereby authorized and directed to execute on behalf of the City a "Standard Form of Agreement Between Owner and Contractor" with Prota, Inc. for the Reuse Water Pump Station Second Electric Utility Feed and Pump Addition Project. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551,Texas Government Code, as amended. 0112.20252;4936-7627-4971 RESOLVED this 27th day of February, 2025. '4 M/ C G OR ,Mayor City of ound ock, Texas ATTEST: ANN ANKLIN, City Clerk 2 CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities& Environmental Services BY: AL 3400 Sunrise Road DATE: December 6,2024 Round Rock,Texas 78665 BID TABULATION PROJECT: Reuse Pump Station 2nd Utility Feed and Pump Addition Keely Construction Group, LOCATION: 3939 E Palm Valley Blvd Company Name: Prota,Inc. Inc. BID DATE: 11/20/2024 Statement of Safety?Yes Statement of Safety?Yes Addendum(s)Yes Addendum(s)Yes Bid Bond? Yes Bid Bond? Yes CSP Scoring Summary 91 86.62 CSP Ranking 1 2 APPROX UNIT UNIT UNIT ITEM# QTY. UNIT UNIT PRICE COST PRICE COST PRICE COST PRICE COST 1 Mobilization:Not to exceed 5%of Bid Item 1 LS $125,000.00 $125,000.00 $90,000.00 $90,000.00 $0.00 $0.00 2 Erosion and Sedimentation Control: Includi 1 LS $20,000.00 $20,000.00 $11,000.00 $11,000.00 $0.00 $0.00 3 High Service Pump: Removal of an existing 1 LS $540,000.00 $540,000.00 $753,500.00 $753,500.00 $0.00 $0.00 4 Transfer Pump: Installation of a Transfer Pui 1 LS $300,000.00 $300,000.00 $251,000.00 $251,000.00 $0.00 $0.00 5 Reuse Pump Station Heating, Ventilation,an 1 LS $150,000.00 $150,000.00 $257,000.00 $257,000.00 $0.00 $0.00 6 Reuse Pump Station Electrical and 1 LS $650,000.00 $650,000.00 $465,000.00 $465,000.00 $0.00 $0.00 7 Transfer Pump Electrical and Instrumentatio 1 LS $250,000.00 $250,000.00 $237,000.00 $237,000.00 $0.00 $0.00 8 Relocation of the fiber optic line under prop 1 LS $250,000.00 $250,000.00 $253,850.00 $253,850.00 $0.00 $0.00 9 Construction of concrete pad for new Oncor 1 LS $308,000.00 $308,000.00 $300,000.00 $300,000.00 $0.00 $0.00 10 Site restoration:Including but not limited to z 1 LS $20,000.00 $20,000.00 $16,000.00 $16,000.00 $0.00 $0.00 11 Allowance for subsurface pull boxes per On 2 EA $45,000.00 $90,000.00 $45,000.00 $90,000.00 $0.00 $0.00 12 Allowance for miscellaneous improvements, 1 LS $50,000.00 $50,000.00 $50,000.00 $50,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL $2,753,000.00 $2,774,350.00 $0.00 $0.00 1 # ' Agg . .. agm i; /ei f' f - - 1 " r „ a s ate: 1 3 Reuse Water Facility Dual Electric Feed Project Ro�NORo�K..•.:o„ Post Proposal Negotiated Items Reuse Pump Station 2"d Utility Feed and Pump Addition 02/03/2025 The City received two (2)Competitive Sealed Proposals on November 20, 2024, for the Reuse Pump Station 2nd Utility Feed and Pump Addition. The proposal submitted by Prota, Inc. was selected as the proposal that is the"Best Value" for the City. Prota, Inc. submitted a proposal with a total contract sum of$2,753,000.00. The City, Prota, Inc., and the design engineer have negotiated the project and agreed upon the total project sum of$2,640,000.00 through value engineering and/or scope reduction. The following briefly describes the value engineering items and/or scope reduction. The list is for descriptive purposes only and shall not be used for construction purposes. The project manual (including the construction plans, specifications, addendums, and general conditions) shall be revised to include Post Proposal Addendums#3 as agreed upon by both parties; it will be used for construction purposes. The agreed-upon value engineering items and/or scope reduction are as follows: • Removed a requirement that the pump manufacturer provide the variable frequency drive (4113,000) S' Vureof Proposer Michelle Borg Printed Name of Proposer CEO Title Prote,Inc. Name of Firm P.O.Box 342195,Austin,TX 78734 Address of Firm approachesInnovative 'OutstandingEMM 11KA I C H )L S 10431 Morado Circle,Suite 300 + Austin,Texas 78759 + 512-617-3100 + FAX 817-735-7491 www.freese.com February 4, 2025 Michael Thane, PE Executive Director of Public Works City of Round Rock 3400 Sunrise Road Round Rock, TX 78665 Re: Reuse Pump Station 2nd Utility Feed and Pump Addition Engineer's Recommendation of Award of Contract A total of two sealed proposals were received and opened on November 20, 2024 for the above referenced project.The proposals ranged from $2,753,000.00 to$2,774,350.00. Prota, Inc. (Prota)from Austin,TX submitted the lowest cost proposal in the amount of$2,753,000.00. After proposals were scored, Prota was selected as providing "Best Value"for the City. After selection the City, Prota, and the Engineer negotiated the project and agreed upon a total project cost of$2,640,000.00 through value engineering and/or scope reduction. After reviewing the contractor's experience and proposed price, I recommend award of this project to Prota, Inc. in the amount of$2,640,000.00. �E of%T�a025-02-04 Sincerely, ;��? •.+9s�� .............. MICHAEL LAFFERTY ••j ........................ i Michael Lafferty, P.E. l ••<118708 0..?*4% N. Project Manager � io\ N Freese and Nichols, Inc. Freese and Nichols, Inc. TX Registered Engineering Firm, F-2144 cc: Adam Levy, P.E., Project Manager, City of Round Rock Project File -__1841411 ATTACHMENT E PROTINCO2C AC &212RO CERTIFICATE OF LIABILITY INSURANCE DATD/YYYY) 5/2/2024 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(les)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 License#1057464 co T CT Jody Robinson,CIC,CISR,ACSR INSURICA PHONE FAX 8834 N.Capital of Texas Hwy A,C,No,Est):(512 381-8371 V No: 866)652-9367 Austin,TX 78758 Iffilk.,Jody.Robinson@lNSURICA.com INSURERS AFFORDING COVERAGE NAIC 0 INSURER A:National Fire Insurance Co.of Hartford 20478 INSURED INSURER B:Valley Forge Insurance Company 20508 Prota,Inc. INSURER C:Continental Insurance Company 35289 P.O.Box 342196 1 INSURER D:American Casualty Co.of Reading PA 20427 Austin,TX 78734 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 SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTRA X COMMERCIAL GENERAL LIABILrry EACH OCCURRENCE $ 11000000 CLAIMBMADE �X OCCUR 7037062247 4128/2024 4/2812025 DAMAGETOReSEaENTED $ 100,000 MED EXP(Any one 15,000 PERSONALa AQVI Y 1,000,000 GEN L AGGREGATE LIMIT APPLIES PERj GENERAL AGGREGATE S 2,000,000 POLICY F 7X jA?T 7 LOC PRO UC-S OMP/OPAGG 2,000,000 OTHER Included GOM3INED SINGLE LIMIT S 1,000,000 B AUTOMOBILE LIABILITY _ Ix ANY AUTO 037062216 412812024 4/28/2025 BODILY INJURY Per ersonOVMIED SCHEDULED AURTEO�S ONLY AUUT�OpS�E pBRODILY INJURY Per accident AUTOS ONLY X AUTOS ONL� Ps�acEcdaMOAMAGE S C X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 51000,000 EXCESS LIAR CLAIMSVADE 7037062233 4/2812024 4/28/2025 AGGREGATE 5,000,000 DED I X I RETENTIONS S D WORKERS COMPENSATION X I PEAT, ST TE OTH- AND EMPLOYERS'LIABILITY AAQNN�YCCPROPREIETOR/PARTNERIEXECUTIVE Y� NIA WC 7-37062250 4/28/2024 4/28!2025 EACH ACCIDENT S ER 1,000,000 (MantlEatRor'uygin EXCLUDE 1,000,000 1 E L DISEASE-EA EMPLOYE S If yes descnbe under 1,000,000 DESCRIPTION OF OPERATIONS below E L DISEASE•POLICY LIMIT S DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE FOR BIDDING PURPOSES ONLY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELNERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ®1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD