Loading...
Contract - Murphy Piple - 5/28/2015 I 1 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 ContractorA,nn 111- AGREEMENT made as of the (I I d y of alai in the year 20 . BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Murphy Pipeline Contractors, Inc. ("Contractor") 3507 Southside Blvd Jacksonville FL 32216 The Project is described as: AC Waterline Replacement-Phase 4 Eagles Nest Subdivision I The Engineer is: David Freireich,P.E. City of Round Rock • 2008 Enterprise Drive Round Rock,Texas 78664 ;I I '! 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, I 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 I 001965758-2012 010058- 012 Page 1 of 5 Standard Form of Agreement - a 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 One Hundred Fifty ( 150 ) 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 Fifty ( 150 )calendar days from issuance by Owner of Notice to Proceed, subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s) specified for Substantial Completion in the Agreement, Contractor shall pay to Owner, as liquidated damages,the sum of Five Hundred and No/100 Dollars($500.00 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas, provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof) in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than One Hundred Eighty ( 180 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract.The Contract Sum shall be ONE MILLION TWENTY-NINE THOUSAND FIVE HUNDRED TWENTY-FIVE DOLLARS AND NO CENT ($ 1.029,525.00 ),subject to additions and deductions as provided in the Contract Documents. Iii �!I 4.2 The Contract Sum is based upon the following alternates which are described in the Contract Documents II and are hereby accepted by Owner: II N/A le • Page2of5 0 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 1 Payment issued by Engineer and not disputed by Owner and/or Owner's lender, Owner shall make progress payments on account of the Contract Sum to Contractor as provided below,in Article 14 of the City of Round Rock General Conditions,and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth(10th)day of a month, Owner shall make payment to Contractor not later than the tenth(10th)day of the next month. If an Application for Payment is received by Engineer and Owner after the application date fixed above,payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require. This schedule, unless objected to by Engineer or Owner,shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work,and to satisfy other requirements,if any,which extend beyond final payment;and ii .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed.Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment, and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. Page 3 of 5 i 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary, Special, and other Conditions of the Contract are those contained in the Project Manual dated March 2015 7.1.4 The Specifications are those contained in the Project Manual dated March 2015 . 7.1.5 The Drawings,if any,are those contained in the Project Manual dated N/A 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated March 2015 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated March 2015 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: Addendum#1,Attachment A 01000, ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Jeff Bell _ Project Manager 2008 Enterprise Drive Round Rock,Texas 78664 8.3 Contractor's representative is: ANDREW MAYER, PRESIDENT MURPHY PIPELINE CONTRACTORS, INC. 3507 SOUTHSIDE BLVD JACKSONVILLE, FL 32216 8.4 Neither Owner's nor Contractor's representative shall be changed without ten (10)days' written notice to r the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. Page 4 of 5 I I 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in I 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. I8.7 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 Ineither 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 I Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. I 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. I 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least three(3) I original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the Contract,and the remainder to Owner. IOWNER CONTRACTOR CITY I ROUND R A CK,TEXAS MuikP+A1./ f)lPQ.I.11� (io fe.AcTos I r Alt fc_D -t I Printed Name: V� M Printed Name: A MAY �Q Title VG yo(- Title: .ees 1be,,..1-r I Date Signed: A`j l ' I S Date Signed: "eT:1•J — L4 &C P S I 1' ATTEST: I'1 , ,914/ L.R_04;(426. ,,City Clerk I 1 1� FOR I Y,APP OVED S TO FORM: _grVire: City'; orney I, Page 5 of 5 I I Bond No. 0193507 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Murphy Pipeline Contractors, Inc. of the City of Jacksonville , County of Duval , and State of Florida , as Principal, and Berkley Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of One Million Twenty-Nine Thousand Five Hundred Twenty-Five Dollars and No Cents Dollars ($ 1,029,525.00 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner dated the day of LA L , 201C 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 A/C Waterline Replacement-Phase 4 Eagles Nest Subdivision (Name of the Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12)months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 7-2009 Performance Bond 00090656 I PERFORMANCE BOND(continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 4t day of ,20 I S, Murphy Pipeline Contractors, Inc. Berkley Insurance Company Principal Surety A- a MaYt-e— Joseph D. Johnson, Jr. Printed Name Printed Name By: B Title: tb€,atT. �to Tit e:Atto e -in-Fact and Texas Licensed Non-Resident Agent Address: 3507 Southside Blvd. Addres : 475 Steamboat Road Jacksonville, FL 32216 Greenwich, CT 06830 Texas License/Registration#1661735 ' esident Agent of Surety: Signature Printed Name Street A amity, State &Zip Code Page 2 00610 7-2009 Performance Bond 00090656 I IBond No. 0193507 I PAYMENT BOND ITHE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § I Thatp Mur by Pipeline Contractors, Inc. of the City of Jacksonville County of Duval , and State of Florida as Principal, and Berkley Insurance Company Iauthorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have Ithe right to sue upon this bond, in the penal sum of One Million Twenty-Nine Thousand Five Hundred Twenty-Five Dollars and No Cents Dollars ($ 1,029,525.00 ) for the payment whereof, well and truly be made the I said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns,jointly and severally, by these presents: I WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated the (' 41)— day of , , 201 S, to which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: NC Waterline Replacement-Phase 4 Eagles Nest Subdivision I (Name of the Project) INOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, II 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. I PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in I accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. I I Page2 00620 7-2009 Payment Bond 00090656 PAYMENT BOND(continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect ifs obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument Au. day of this q ,� t5. ���, 20 Murphy Pipeline Contractors, Inc. Berkley Insurance Company Principal Surety A -'l • M AYE Joseph D. Johnson, Jr. Printed N me Printed Name • 4 41161 .4r By: Title: tEStb T• Ti -. Att. e -in-Fact and Texas Licensed Non-Resident Agent Address: 3507 Southside Blvd. Address: 475 Steamboat Road Jacksonville, FL 32216 Greenwich, CT 06830 Texas License/Registration#1661735 ident Agent of Surety: Signature Printed Nam Stree •ddress City, State &Zip Code Page 2 00620 7-2009 Payment Bond 00090656 AcG CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD""") kim../-- 6/3/2015 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 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 Jeanne Miller NAME: Johnson & Company IA/CCNNO.Fxt): (407)843-1120 FAX No):(407)843-5772 801 N Orange Avenue E-MAIL •3miller@johnsonandcompany.net ADDRESS: pan y Suite 510 INSURER(S)AFFORDING COVERAGE NAIC# Orlando FL 32801 INsuRERA:CONTINENTAL CASUALTY CO 20443 INSURED INSURERB:GREAT AMERICAN INSURANCE CO. 16691 Murphy Pipeline Contractors, Inc. INSURERC:VALLEY FORGE 20508 3507 Southside Blvd. INSURERD: III INSURER E: Jacksonville FL 32216 INSURERF: COVERAGES CERTIFICATE NUMBER:CL14103110722 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 W TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTRINSR VD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PRMTO RENTED PREMDAMAGE GE ISES(Ea occurrence) $ 100,000 A CLAIMS-MADE X OCCUR X 4034933498 11/9/2014 11/9/2015 MED EXP(Any one person) $ 5,000 PERSONALBADVINJURY $ 1,000,000 �I GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 7 POLICY I iza n LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1. (Ea accident) $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ I.. A ALL OWNED SCHEDULED 4034933534 11/9/2014 9/2014 11/9/2015 AUTOS AUTOS X BODILY INJURY(Per accident) $ HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) p. PIP-Basic $ 10,000 I X UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 4,000,000 I — B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 4,000,000 i DED X RETENTION$ 10,000 0629868 11/9/2014 11/9/2015 $ „' C WORKERS COMPENSATION I WC STATU- I I OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER i11., ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 'I OFFICER/MEMBER EXCLUDED? N/A WC434933579 11/9/2014 11/9/2015 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 I'I If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 ' A Inland Marine 4034933498 11/9/2014 11/9/2015 Leased/Rented $150,000 1 iI Deductible:2%Min$5000 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) 4 Re: A/C waterline Replacement-Phase 4 Eagles Nest Subdivision. Certificate holder is listed as H Additional Insured as respects GL and Auto Liability. 30 day notice of cancellation except for 10 day I notice due to non payment. Umbrella follows form. III III CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. City Manager 221 E Main Street AUTHORIZED REPRESENTATIVE Round Rock, TX 78664 J Johnson, III/JEANNE ----- i ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. 1 INS025 oninnc\ni Tha ar:(1Rn Hama and Innn aro renierarnrl'viatica of Ar nim I: Mayor Councilmembers City Manager Alan McGraw Craig Morgan Laurie Hadley,Interim Joe Clifford ROUN❑ ROCK TEXAS Will Peckham Mayor Pro-Tem John Moman City Attorney UTILITIES & ENVIRONMENTAL SERVICES DEPARTMENT George White Kris Whitfield Stephan L.Sheets May 7, 2015 Michael Thane, P.E. Director of Utilities and Environmental Services City of Round Rock 2008 Enterprise Drive Round Rock,TX 78664 Re: AJC Waterline Replacement—Phase 4 Eagles Nest Subdivision Engineer's Recommendation for Award of Contract Mr.Thane, Bids for the above referenced project were received on April 30, 2015. A total of three bids were received. Murphy Pipeline submitted a bid in the amount of $1,029,525, SKE Construction, Inc. submitted a bid in the amount of $1,175,353, and Killbrew, Inc. submitted a bid in the amount of $1,514,137.50. Murphy Pipeline has satisfactorily completed a waterline replacement project for the City in the past. Based upon past performance, and submission of the lowest and best bid, I recommend award to Murphy Pipeline in the amount of$1,029,525. If you have any questions or comments regarding this matter, please do not hesitate to contact me. Sincerely, - r , David Freireich, P.E. _ Utilities Engineering Manager City of Round Rock - y° CC: Jeff Bell, Project Manager, City of Round Rock Project File CITY OF ROUND ROCK 2008 Enterprise Drive, Round Rock,Texas 78664 [P] 512.218.5556 e [F] 512.218.5536 o roundroci<texas.gov BID TA B ULATION THE CITY OF ROUND ROCK r �or Utilities & Environmental,Services .,e.� .fib r ' 2008 Enterprise Dr. Bid Opening Date: 4/30/2015 � Round Rock Texas 78664 �:•?+.cc oao(`ter 512 218-5555 i' 't1'0 � ) ;` � �G:��,- Project Manager: Jeff Bell �LS ,« G PROJECT NAME: A/C Waterline Replacement Project- Phase 4s" - F„ .z BIDDER'S NAME: Murphy Pipeline SKE Construction Killebrew, Inc. CONTRACTOR'S BUSINESS LOCATION: Jacksonville, FL Cypress,TX Lakeland,FL GUARANTEE: BB - Bid Bond I CC- Cashier Check ICTC- Certified Check BB BB BB STATEMENT OF SAFETY EXPERIENCE: Y-yes N-No Y Y Y ADDENDUM(S) ACKNOWLEDGED? Y-yes N-No Y Y Y .. ................... ........................ ...........................................................................................................:...:.:.:.:.:.:.:.:.:.::.:.:.:...:.:.:. :.:.:.....:.:.:...:.:.:.:.:.:.:.:.:.:.:.:.:..::..:.:..:.:..:.:...:.:.:...:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:...: APPROX. UNIT UNIT UNIT ITEM A ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST 1 Mobilization 1 L.S. $30,000.00 $30,000.00 $40,000.00 $40,000.00 $60,418.00 $60,418.00 2 Triangular filter dikes (5 ft.) 5 Ea. $250.00 $1,250.00 $15.00 $75.00 $211.00 $1,055.00 3 Triangular filter dikes (10 ft.) 30 Ea. $350.00 $10,500.00 $19.00 $570.00 $234.00 $7,020.00 4 Trench safety system 1 Ea. $5,000.00 $5,000.00 $5,000.00 $5,000.00 $43,050.00 $43,050.00 5 Traffic control plan 1 Ea. $20,000.00 $20,000.00 $3,000.00 $3,000.00 $35,490.00 $35,490.00 6 Pipe burst 8-inch A/C with 8-inch HDPE 9,950 L.F. $55.00 $547,250.00 $70.00 $696,500.00 $79.65 $792,517.50 7 Remove & replace existing D.I. fittings 8 Ton $5,000.00 $40,000.00 $1.00 $8.00 $6,886.00 $55,088.00 Furnish -install long dual service 8 (by addendum #1) 57 Ea. $1,500.00 $85,500.00 $1,000.00 $57,000.00 $659.00 $37,563.00 9 Trench and place 4" casing pipe 57 Ea. $200.00 $11,400.00 $2,000.00 $114,000.00 $1,698.00 $96,786.00 Furnish & install short dual service 10 (by addendum #1) 61 Ea. $1,000.00 $61,000.00 $950.00 $57,950.00 $595.00 $36,295.00 11 Remove & replace existing fire hydrant 14 Ea. $4,250.00 $59,500.00 $800.00 $11,200.00 $3,644.00 $51,016.00 12 Furnish & install fire hydrant 2 Ea. $4,250.00 $8,500.00 $4,000.00 1 $8,000.00 1 $3,547.00 $7,094.00 13 Remove & replace existing 8" gate valve 30 $1,500.00 $45,000.00 600 $18,000.00 1495 $44,850.00 SUB TOTAL: $924,900.00 1 $1,011,303.00 $1,268,242.50 SHEET: 1 of 2 BID TABULATION THE CITY OF R 0 UND ROCK Utilities & Environmental Services 2008 Enterprise Dr. Bid Opening Date: 4/30/2015 Round Rock, Texas 78664 (512) 218-5555 Project Manager: Jeff Bell PROJECT NAME: A/C Waterline Replacement Project - Phase 4 .......... BIDDER'S NAME: Murphy SKE Killebrew CONTRACTOR'S BUSINESS LOCATION: GUARANTEE: BB- Bid Bond I CC - Cashier Check ICTC- Certified Check STATEMENT OF SAFETY EXPERIENCE: Y-yes N-No ADDENDUM(S) ACKNOWLEDGED? Y-yes N-No ............ APPROX. UNIT UNIT UNIT ITEM A ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST 14 Furnish & install 8" gate valve 12 Ea. $1,500.00 $18,000.00 $1,250.00 $15,000.00 $1,495.00 $17,940.00 Furnish & install owner cutoff valve 15 assembly 30 Ea. $30.00 $900.00 $10.00 $300.00 $251.00 $7,530.00 16 Install meter box 30 Ea. $200.00 $6,000.00 $150.00 $4,500.00 $127.00 $3,810.00 17 Furnish & install 6" sewer service 500 L.F. $15.00 $7,500.00 $1.00 $500.00 $100.60 $50,300.00 Furnish & install 6" sewer clean out 18 assembly 25 Ea. $125.00 $3,125.00 $10.00 $250.00 $673.00 $16,825.00 19 Concrete sidewalk repair 10,000 S.F. $4.00 $40,000.00 $9.00 $90,000-00 $9.90 $99,000.00 20 Concrete pedestrian ramp repair 6 Ea. $800.00 $4,800.00 $2,000.00 $12,000.00 $822.00 $4,932.00 21 Concrete driveway repair 6 Ea. $800.00 $4,800.00 $3,000.00 $18,000.00 $2,773.00 $16,638.00 22 Remove & replace concrete curb & gutter 200 L.F. $35.00 $7,000.00 $30.00 $6,000.00 $39.60 $7,920.00 23 HMAC road repair 100 Ton $125.00 $12,500.00 $175.00 $17,500.00 $210.00 $21,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 IT TA $924,900.00 $1,011,303.00 $1,268,242.50 GRAND TOTAL: $1,029,525.00 $1,175,353.00 $1,514,137.50 SHEET: 2 of 2