Loading...
Contract - Central Road and Utility - 1/26/2017 I 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 AGREEMENT made as of the" \t( )da of *IllACt in the year 201+ BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Cie U L f-a• ("Contractor") 87loOA fleSea,cit HG i4-.11 15 7 r i The Project is described as: Forest Creek Lift Station Rehabilitation I The Engineer is: Lockwood,Andrews,&Newnam,Inc. (LAN) 8911 N.Capital of Texas Highway Building 2-Ste. 2300 Austin,Texas 78759 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 I Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically in the Contract Documents to be the responsibility of others. I 00500 4-2016 Page 1 of 5 Standard Form of Agreement 00307791 I I' 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 twenty ( 120 )calendar days from issuance by Owner of Notice to 111 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($ 1,000.00 ) 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 fifty ( 150 )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 Five Hundred Fifty Eight Thousand-Three Hundred Nineteen Dollars&Sixty Cents ($558,319.60 ),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 . Yes X .Ifyes,please provide details below: Add for Polymer Concrete Wet Well Complete in place,in lieu of Fiberglass Reinforced Wet Well I 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 I 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 1 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. 1 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed. Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. I 00500 4-2016 Page 3 of 5 Standard Form of Agreement 1 00307791 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. 1 7.1.3 The Supplementary, Special,and other Conditions of the Contract are those contained in the Project Manual dated November 2016 1 7.1.4 The Specifications are those contained in the Project Manual dated November 2016 7.13 The Drawings,if any,are those contained in the Project Manual dated November 2016 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated November 2016 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated November 2016 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. 1 7.1.9 Other documents,if any, forming part of the Contract Documents are as follows: 01000-Attachment 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: Eddie Zapata-Senior Project Manager City of Round Rock 2008 Enterprise Drive Round Rock,Texas 78664 8.3 Contractor's representative is: CgeOi%€ CAU,L1d IP.IQV A 4rON i1vol. #Ig2. .Pvtrv\n'Cic ?8}Sl3 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the other party. 111 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 00500 4-2016 Page 4 of 5 Standard Form of Agreement 00307791 11 I II 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 neither Imore 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. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating Ito 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) Ioriginal 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- ROUND OCK,TEXAS C{i\r1'aI/ 4 tAA1L U"► . I Printed Name:.'M \ M2Y1AV) Primed Najet W2� 1 U Title Mkt l Title: V�C� Tv rte!cteY>—k' Date Signed: !/. v' Date Signed: yCQ/? ATTEST: 1 ___SOM---. Peetb City Clerk FO: I Y,AP ROVE 1 AS TO FORM: <L1IQ .Ailp1k'f City A- ey I 1 00500 4-2016 00307791 Page 5 of 5 Standard Form of Agreement I 1051966 PERFORMANCE BOND THE STATE OF TEXAS § ` § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That CRU,Ltd. of the City of Austin , County of Travis , and State of Texas , as Principal, and The Hanover 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 Five Hundred Fifty Eight Thousand Three Hundred Nineteen and 60/100 Dollars ($ 558,319.60 ) 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 2(`' day of , 20 17to 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: Forest Creek Lift Station Rehabilitation (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 I PERFORMANCE BOND (continued) ISurety, 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 111 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. IIN WITNESS WHEREOF,.the said Principal and Surety have signed and sealed this instrument this 31st day of January , 2017 . I CRU, Ltd. The Hanover Insurance Company III Principal Surety 662 f F Tom Mulanax Printed e �/ Printed Name 111 By: By: de < - Title• V:_ IC d 1'44 Title: Attorn y In Fact II Add - : 27444 tees-ea/cif 14/94X Ha f4; '7X 787 5 Address: 440 Lincoln Street Worcester,MA 01653 IResident t of Surety:111 r Signature Tom Mulanax rn Printed Name 11200 Jollyville Road Street Address I Austin, TX 78759 City, State&Zip Code • I • I I Page 2 00610 7-2009 Performance Bond 111 00090656 I 1051966 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That CRU,Ltd. , of the City of Austin , County of Travis , and State of Texas as Principal, and The Hanover Insurance Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Five Hundred Fifty Eight Thousand Three Hundred Nineteen and 60/100 Dollars ($ 558,319.60 ) 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: 111 WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated the ---26+k day of --d 2017 , to which Agreement is hereby referred to and made a part hereof as fully and to th ame extent as if copied at length Iherein consisting of: Forest Creek Lift Station Rehabilitation (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, I 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 peffect. 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. I I Page 1 00620 7-2009 Payment Bond I00090656 I ; I PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 31st day of January ,2017 . CRU, Ltd. The Hanover Insurance Company Prins pal Surety Jay M, (,eo rS Tom Mulanax Printed Name Printed Name tl By: By: O -- Title:40 p et ;dew,' Title: Attorney In Fact Addr- : g/7bo,4 Aeseai ch /fra Address: 440 Lincoln Street /44/41-2/iv 7/7.T P Worcester,MA 01653 Resident.4,int of Surety:1C:7 Signature Tom Mulanax Printed Name 11200 Jollyville Road Street Address Austin, TX 78759 Page 2 00620 7-2009 Payment Bond 00090656 it I CERTIFICATE OF LIABILITY INSURANCE Date: 2-7-17 I TDI number required.Please refer to the PRODUCER: Texas Dept of Insurance website: http://www.tdi.state.tx.usl Time Insurance Agency Inc. 4105 E.Riverside Dr. COMPANIES AFFORDING COVERAGE TDI I Austin,Texas 78741 Phone:512-44?-7773 E-mail: »6 n i,c,im n,ran 20095 A BITCO General Insurance Corp INSURED:III BITCO National Insurance Co. 20109 Central Road&Utility,LTD B 8760-A Research Blvd.#192 C Austin,Texas 78758 Phone:512-989-2602 E-mail: D I THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described,for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. 111 CO TYPE OF POLICY EFFECTIVE EXPIRATION LIMITS LTR INSURANCE NUMBER DATE 11 GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 CLP3639039 6-13-16 6-13-17 PRODUCTS-COMP/OP AGG. $ 2,000,000 A PERSONAL&ADV.INJURY $ 1,000,000 II EACH OCCURRENCE $ 1,00,000 FIRE DAMAGE(Any one fire) $ 100,000 MED. EXPENSE(Any one person) $ 5,000 II AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 111 A CAP3639040 6-13-16 6-13-17 BODILY INJURY(Per person) $ BODILY INJURY(Per accident) $ PROPERTY DAMAGE $ IIIEXCESS LIABILITY EACH OCCURRENCE $ 5,000,000 A CUP2811329 6-13-16 6-13-17 AGGREGATE $ 5,000,000 IIIWORKERS'COMPENSATION STATUTORY LIMITS $ 1,000,000 AND EMPLOYERS'LIABILITY EACH ACCIDENT $ 1,000,000 1111 B WC3639041 6-13-16 6-13-17 DISEASE-POLICY LIMIT $ 1,000,000 DISEASE-EACH EMPLOYEE $ 1,000,000 111 PROFESSIONAL LIABILITY BUILDERS'RISK INSURANCE IIOR INSTALLATION INSURANCE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS/EXCEPTIONS ID The City of Round Rock is named as additional insured with respect to all policies except `Workers' Compensation and Employers' Liability' and `professional Liability'. Should any of the above described policies be cancelled or changed before the expiration date thereof,the issuing company will mail thirty(30)days written notice to the certificate holder named below. CERTIFICATE HOLDER: City Manager �"AThRE O AG T`1 CENSE1NSTATE.ORT EXAe S 11 City of Round Rock Ion cnuer oDuNer7= chScuhlu:m= mcm<A Un Inc, 221 E.Main Street Da,te2017.02.07 085814-06'00' , Round Rock,Texas 78664 John Schuler Typed1 Name: License ID: 1206 Certificate of Liability Insurance 00650 10-2010 00205796 Page Lockwood, Andrews &Newnam, Inc. A LEO A DALY COMPANY January 4, 2017 Eddie Zapata Senior Project Manager City of Round Rock 2008 Enterprise Drive Round Rock, Texas 78664 Re: Recommendation of Award for Construction of the Forest Creek Lift Station Rehabilitation Project Dear Mr. Zapata: On December 21, 2016, the City of Round Rock received eight(8) bids for construction of the above referenced project. The apparent low bidder was Central Road and Utility, Ltd. (CRU) with a total bid price (including amounts for the polymer concrete wet well alternate bid item), of$558,319.60. The Certified Bid Tabulation is attached to this letter. CRU appears to be fully responsive to the bid documents and capable of performing the specified work in a satisfactory manner. LAN recommends that the City of Round Rock award the Forest Creek Lift Station Rehabilitation project to CRU for the entire contract scope and total bid amount stated above. Sincerely, U:3Ja.Le ow, P.E. Lockwood, Andrews, & Newnam, Inc. Infrastructure Manager Attachments: 1. Certified Bid Tabulation 8911 N.Capital of Texas Hwy.Bldg.2,Suite 2300 • Austin,Texas 78759 • 512.338.4212 • Fax:512.338.4942 • www.lan-inc.com THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities&Environmental Services 2008 Enlcrpri,.D6,c BY: Dtaicl Dae'-IAN Round Rock TeSa.78664 DATE: 12/218016 Forest Creek Lift Station Rehabilitation BID TABULATION SI IE.ET:1.r3 CONTRACT: CRU E-1 Austin Underground,Inc Patin Camlructton Anted...C,matru.ton Trott Comtractlon (IRO 0113X Canetrucliun Austin Engineering LOCATION:200SEnterpri,eDriw Statement.rs.rety?Yet Sbtementor Safery:'Yea StatementorSsrety7 Yee St.t-tai.rS.req?Y.statement orSvret)'?1'n statementars.wy?Yea sa.temenlaf S.Wy?1'e. Yea DATE:21-D-16 Addendum(,)? Addendum(,)? Addendum(.)? Addendum(,)? Addendum(.)? Addendum(,)? Addendum(,)? Addendum(,)? Bid(land?Ylad Hand?1'n Rid Band?Yea Bid Bund?Ye, Bid Rand?Y. Bid Road?1'es Bid Mend?1'e. ad hand?Ye, APPROX. UNIT UNIT UNIT UNIT' UNIT UNIT UNIT UNIT ITEMS ITESI DESCRIPTION Tl'. UNIT' 13RICE COST PRICE COST PRICE COST PRICE COST PRICE COST PHI CI,' COST PRICE COSI' PRICE COST I Clearing and Grabbing,per section 102 1 LS S5.300.00 $5,300.00 S7,500.00 S7.5001.00 57.400.01 $7.400.00 5.000.00 54,000.00 S10,000.00 $10,000.00 55.000.00 $51000.00 S4,006.W 54,000.00 5,000.00 S4,I1(YJ.W 2 FlCsible Dmc($url'ucc),persmlion 2lU 4.3 CY 5260.00 $1,118.00S300.00 51,290.00 S99.W 5425.70 S240.W S1,032.00 S200.00 $860.00 $500.00 S2.150.00 5200.00 $860.00 $I,D)U.00 5.300.00 Rock Structural E.ccavation,per ssclian 3 111 140 CY S75.00 S10.50D.00 S1,550.W $217,000.00. S390.00 554,600.00 5700.00 598,000.00 5300.20 $42.000.00 $225.00 531,500.00 5164.00 S22.960.0 S25.00 S3.500.00 Casl in Place Concrete,Wet Wel)13a.e, 4 Pur srcli..410 6.7 CY $1,400.W 59.380.00 S800.00 $5,361/.00 51.000.00 56,700.00 S5.500.00 $36,850.00 31,500.00 $10,050.00 $1250.00 S8.375.00 5876.00 $5,869.20 $2.000.00 S13A00.00 Cast in Place Concrete Wet Wall Pad, 5 1-6-410 2 CY 5860.00 SI.720.00 $600.00 S1,200.W S1.300.00 S2,6W.00 S3.300.00 56,600.00 $1.000.00 52.000.00 SI.300M S3,0W.00 51,800.00 S34600.00 S2,000.0t) S4.000.00 Cast in Place Concrete Gercralor Pad, 6 persrcliun410 5.4 CY S860.W 54,644.00 $650.00 53.510.00 SI,IOO.W S5,940.W 53.300.00 S17,820.00 $1,000.00 S5,00.00 S1,500.00 S8.100.00 5370.00 51.998.00 S24000.00 SIO,800.W Oust in Place Concrete , Elect all 7 CAnopy Spn:ad Fittings,per section 410 2.5 CY 5860.00 $2,150.00 $650.00 SI.625.001 S160.00 5100.00 53.300.00 I S8,250.1)) SI9000.00 S29500.00 S1.500.00 53.750.00 5370.00 5925.00 529900.00 S7.250.00 Cast in Place Carteret.Dri5•.wny,Per 8 section 433 23 SY $180.00 Ss140.00 5225.00 55,175.00 $88.00 52,024.00 S81.00 51,863.00 $300.00 S6,900.00 S200.00 S1,6110.01) 5198.00 S4,554.00 5230.00 S5.290.00 Pipe 6" Din., Ductile Iron Cl. 350, facroq-urainad jainls,incl.-co.tion 9 and backfill,perseclion 510 33 LF S200.W 56,600.00 $200.00 56,600.00 S70.00 S2,310.01) 5200.00 56,60.00 S100.00 S3.300.00 S150.00 S44950.00 MOM 59.900.00 S100.00 S3,300.00 Pip., 6" Dia, Ductile Iron Cl, 350, flanged discharge pipe in incl well,per 10 se.lion510 52 ILF S280.00 I S14,500.00 I 3165.00 S8.580.00 570.00 $3,640.00 S200.00 S10,00.00 5300.00 S15,600.W 5350.00 I SI8.200.00 5300.00 515.600.00 $200.00 $10.400.00 Pipe,4"Diu,PVC Sch.40(all depths), incl, fittings, P-trap, .scatmian and 11 backfill,per-don 510 5 LF 5270.00 S1,350,00 SI IO.W S550.00 565.00 $325.00 $200.011 S1,000.00 5100.00 $500.00 5210.00 S1,050.00 S45.00 5225.00 5100.00 5500.00 Pipe,8"Dia,PVC SDR-26(all dapd.), incl.fluing,--oolion and 1-krill,per 12 section 510 24 I.P S225.W $5,400.W S115.00 S2,760.0uS80.00 51,920.00 S200.00 54,800.00 5330.00 S8,400.1)) 5325.00 $7.800.00 52M.W SI,AW.W 5300.00 $1,800.00 Pipe, 15" Dia., PVC SDR-26 (all depths), in.). fittings,e.c.rratia t and 13 leaekfill,per-lian510 \ 29 LF $280.00 38,120.00 S125.W 53.625.00 S150.00 549350.00 S225.0 56,525.00 5400.00 S11,600.W 5325.00 59,425.00 S210.0 56,090.00 5300.00 S8,700.00 Ductile iron Fillings,4"through 24",per 14 $cclion 510 0.15 TON S364OW400 $5,400.00 S15.WU.00 52.250.00$53.000.00 $7,950.00$60,1100.00 59.000.00 SIO,000.00 S195W.W S10,0110.00 $1,500.00 S15.W0.00 52,250.00 S50,000.00 S7.500.00 Vent Pipe,4'Dia.Sminless Steel,incl. ongd.ic in pI.... per 15 sttlin00-577` 1 EA $2,400.00 I S2AW.W S2.5W.W $2,500.00 53.300.00 $3,300.00 52.500.00 S2,5W.00 $3.500.00 $3.500.00 $500.00 5500.00 S4.3W.00 54,300.00 $1,000.03 51.000.00 New Manhole C-1ruclicn,48"Din,per 16 scelian 506 3 EA 514,000.00 542.000.00 520.000.00 560,000.00 57,500.00 S22.500.0055,800.00 $17,400.00 512,0110.00 $36,000.00 514,000.00 542,000.00 589500.00 525,5W.W S15,000.00 545.000.00 Trenah Snfcty syacm, Including Wet 17 Well(all depths),per s.ation 509 153 LF S33.00 55,049.00 5250.00 S38,250.00 $3.50 $535.50 S75.00 S11,473.00 5200.00 $30,600.00 56.00 S918.00 S12A0 51,897.20 I S235.00 $35,955.00 Vulcc-t,Resilient Scaled Gate TyN 6" 18 D{amel.r,Pur scclion 15139 2 EA 51.900.00 S3.13W.00 $1,500.00 W 53.000.00 SI.7W. S1.100.0000.00 S1.100. $2,200. S1,2WW S2.0S2.00(1.0000 . 524 .00 51,000.00 S2.O . $3.200.00 S6,400.00 $2,500.00 55. 0.00 V-1.,Swing Check Type,6"Dia.,per 19 sealion 15139 2 EA S3,150.00 S643W.00 53.000.00 56,000.00 53.100.00 56,200.00 52.500.00 S5,000.00 $2,400.00 5,800,00 $3,000.00 56,000.00 S3,950.00 57,900.00 $3,000.00 56,000.00 Valves,Flag Gate Type,4"Dia,per 20 sc.liun 15139 1 RA I S2.050.01) $2,050.00 $1.200.00 S1.200.00 $1.900.00 SI,900.00 SI.500.00 $1,500,00 5500.00 $500.00 1 S1.5co.00 51,500.00 S'M0.00 $990.00 51.000.00 51,000.00 Native G-BandSeeding and Planting, 21 Par-tion 610/01562 360 SY 55.00 1 $19800.00 S5.00 S1,800.00 $7.00 52.520.00 S7.80 52.808.00 S5.00 S1,800.00 S20.W $7,200.00 1 51.50 S540.W $5.00 51,800.00 Prolective 1..Fencing,Type A Chain 22 IJal,.perw,ti,n G 10/01562 120 LF 55.110 5600.00 56.W $720000 53.00 $360.00 5?.00 5870.00 55.00 5600.00 55.00 SWO.W 514.00 S1.680.00 S3.W 5360.00 SIdoli,ed C...tmction Enlrunce(in.l. mulch application and rctno,vl), Par 23 section 641 1 EA SI.000.UO 51.600.00 $2,000.00 52,000.00 $2.100.00 S2,1W.00 52.000.00 S2,1NIO.W 51.200.00 S1,200.00 51.500.00 S1,500M 52.800.00 S2,800.00 $5,-01) $5.000,00 TOTAL: I S382,495.W 5143,400.20 5358,763.00 5202,010.00 31711618.00 5135,638.40 siva'aSS.W THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities&Environmental Services tuns Enlerpd,e Dnc- BY: Umial Daw-LAN Round Ruck,Te3n,78664 DATE: 12/2112016 Forest Creek Lift Station Rehabilitation BID TABULATION SHEET:2.f3 CONTRACT: CRU E...I Amfln Uad.,g-ml,far Paan Commmelion A-I-Con,lruclon Prot.Co.-flon QRO MEX Camm,.(,inn .\u,tin 1!n8ineering LOCATION:2008En1e rhe Drive Statem maS.fety'?Y.Stat-mofs.rety?Yn stW.-ntnf S.fery?1'n St.lemenlof Safety?Yn statement or samy?vn Statement or Serety?Yn Statement of Safety?Yn sugt end of Safety?Ye' DATE:21-D-16 Addendum(,)? Addendum(,)? Addemlum(,)? Addendum(,)? Addendum(.)? Addendum(,)? Ad&.dum(,)? Addendum(,)? Did Broad?1'n aid Bond?Y. Bid Bond?Y. 014 Bond?Yes Did Road?Y. Bid Bond?Ye, [Nd(land?Ye. [Nd Bond?1'n APPROX. UNIT UNIT UNIT UNIT UNIT UNIT UNIT UN'I'I' ITEM 1'11:31 DESCRIPTION tyry. UNIT PRICE COST PRICE COST PRICE COST PRICE COST PRICE COST PRICE COST PRICE COST PRICK COST Sill Pence 1'ur Ero,iun Control, per 24 section 641 210 LP S6.00 S1.26O.W S3.00 $630.00 54.00 $940.00 $3,00 5630.00 52.00 S420,00 I 52.00 5420.00 53.80 S798.W S3.00 5630.00 Total Mubilimlion P:pancnt (Not In E-ed 5%of Total Buse Bid),Per 25 secliun7100 I LS S25,WO.W $25,000.00 IS43,000.00 543,000.00 S30,DOU.W 530,000.00 535.000.00 S35,000.00 530,000,00 S30.000.00 S30,U01.W S30,0D0.00 $25.000.00 S25,000.00 S2U.000.0D S200000.W New Fencing. Incl. Posts and Accessories for Wrought Imn and 26 Fenceemte l:.slcnsions,per section 7Ul 68 LF SIIO.W 57.480.00 5120.00 $8,160.00 S60.00 54,080.00 SIW.00S6.800.W 5300.00 S20AMOD $80.00 $5.440.00 S72.00 S.896.00 5170.00 51'560.00 R,,,,-E.iming 6'Security Fence,per 27 ,eclion 702 40 LF 520.00 S800.00 S70.00 S2,8DOM 57.00 5280.00 S10.00 5400.00 S20.W 5800.110 $20.00 S800.00 58.00 5320.00 57.00 5280.00 L•lecuical Canopy Framing and Metal 28 Deck,pa.cecliun721 1 LS SIL800.W SILBW.W 5164500.00 $16.500.00 SI2.333.0D $12333.00 55,500.00 55,500.00 5154001.00 SMWO.W$15,000.00 $139000.00 510,000.00 510,000.00 S18,750.00 518.750.00 Darticndea,Signs,and Tm15c Handling, 29 per section 803 3 MO S1.800.0ft S5A00.W 53,00000 S9.000.00 S700.0a $2,100.00 I 52.000.00 56.000.00 54,500.00 513.500.00 53.500.00 SIO.500.001 SM.00 52,700.00 SLO00.0t) S3,000.W Fiberglass Reinforced Polymer (PRP) pct-11,Incl.12--tion and Bncklill, 30 (ser section 02577 1 LS S27.001.00 527,000.00 58.000.00 S8,0W.00 S24,000,00 S24,ODOM 535,000.00 535,000.00 560,000.00 560,000.00 S90,000.W S90,000.00 $161,000.00 S161.000.00 5100.000.00 S100.000.00 �10 GPM llydmnnmic 54K SubmeniMc Pump(40 lip),incl pump,lmw,guide brae cls,mil,],.let.p;n,fall protection, 31 and neccssorics,per section 11319 3 BA S32.20U.W S96,Wo.W S16.000.00 SJ B4O00,W 53LOW.00 593,000.00 333,000.00 S99,000.00 S25,OW.00 575.000.00 530MW 500,000.00 530,000.00 I S90.000.00 I S34.000.00 5102,000.00 Lill Stalin.Start Up and'Testing,per 32 _,ion 01655 1 LS 56,100.00 $6,IW.00SIO.000.00 $10,000,W S17.(M.00 517,000.00 55.000.00 55,000,00 S2.ODD.W $2.000.00 SIO.M.W S10,000.00 S4.000.OU S4.000.00 57,500.00 S7,500.W Lill Sudion Demolition, per section 33 02530 1 LS $943W.W S9,300.00 S25,000,00 $25,000.00 S22.000.00 $22,000.00 535.000.00 S35,0D0.00 520,000.00 I S20.000,W SIS.000,00 515,000.00 56,000.00 56,000.00 SIO,WO.00 510,000.00 Preens(,72"vulva-It with double door hatch,lmilic'I'd,including--tion 34 and lwckfill,perscelion403 I BA 59,700.00 59.700.00 512.000.00 S12,000.W S12.000.W 512,000.00 $25.000.00 525.000.00 S20,000.W S20,000.00 520,000.00 S20.000.W SIL000.00 511.000,00 S9.500.0o S9,500,00 Odor Central System,complete in"I" L ce, including concrete slab, pipe and 35 appuncnanccs,Par section 113325 1 LS 36.350.00 S6.350.00 57,500.110 57.500.00 I S6.900.DU 56.900.00 $9,000.00 59,000.00 S15.000.00 SIS,000.00 512,000.00 512,000.00 510,000.00 510,000.00 SI0.000M SIO.00,00 36 Di%er,ion Pumping,Per section 02539 1 LS S4.5011.00 54,500.00 515.0110,00 S15.000.00 S7.8W.00 $7,800.00 S20,UDOW 520,000.00 510.000.00 S10,000.00 S16,oadoo S16,t010.00 516.000,00 $16.000.00 S35.DDOM 535.000.00 Blue Riblxm Pump Controller, Per 37 ee ien 13421 1 EA $3,600.0U 53,600.00 53.500.00 53.500.00 S1,200.00 SI.200.00 53.000.00 S3.0DOM S1,500.00 51,500.00 S2.000.00 52,000.00 S2.340.00 52,340.00 S1.500M 51.500.00 Dirdc.ge Submersible Pressure Level, 38 per section 13421 1 EA S3,900.10 S3,900.00 58.000.00 S8.000.00 S1,500.00 51,500.00 SI.ODO.W 54.000.00 S6.000.W S6.000.00 S8.500.011 58,500.00 $3.000.00 S3.W0.00 S2.000.00 $2.000.00 39 Glcclricol Scn•ice,Per section 13400 1 EA 52.500,00 52,500.00 530,000.00 330,010.00 S2.5W.00 S2.5W.00 SI5.000.00 S15.0O0.W S20,010.W 520,000.00 58.000.00 1 $8,0)O,W 57,000.00 S7.000.00 S2,600.W 52.600.00 SCAMP.-,Equipment,per section 40 I(05U I EA 544,200,00 544.200.00 5501010.00 550,000.00.550,11101401) S50,000M S23.DOD.W 523.000.00$45,000,00 515,000.00 518,000.00 I 518.000.00 5172,000.00 5172.000.00 S55,000.00 555,000.00 41 Generator/ATS,pa section 16230 1 EA 542300.00 542300.00 S65.000.W S65.000.00 S,15.MWoo 545.000.00 S75,000.00 S75,0DOM 555.000,00 555.000.00 S57.000.00 $57,000.00 555,000.00 S55.000.00 551.000.011 $5 1.000M 42 C'unduiUN'iring p:r section IGUSU 1 LS 583.000.00 $83.000.00 S50W0.W S50,0W.00 jS97.0W.II 597,060.11 S42.000.00 S42.ODO.00 560,000.00 S604000.00 5364010.00 536,00000 58,000.011 58,000.00 SIO4.Wu.W 5104.000.00 DASE BID TOTAL: 5536,771.00 5]9i,585.W 5572,993.11 S7a2,793.0o 5671,610.00 $616,278.0 5]24,692.40 5?33.17Cn0 TIIE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities&Environmental Services 2008 Enlarpri.c Dd.a ISl': Daniell)--LAN Rn—I Rnc14 Tcnn.v 78664 DATE: 12RIR014 Forest Creek Lift Station Rehabilitation BID TABULATION ADD ALTERNATE BID SHEET:3.r3 CONTRACT: CILLI Excel A-in d.1- Pafln Cnn.Iructiun American C.-Ir—n, Kula Con.rractian QRO 31t:N Cmmrnctiun A—in E.gb erring LOCATION:2008 En1c rive Drirc si,n rat ur Saftt)71'e.timirmrnt of Safety?1'n si.temrnt nr Safeq?1'e.Statement of Safra?1'r.Slalrmenl of Safen'?1'r.Slatrmrnt of Safety^1'e.Statement nr Safely?1'r., SL Cement of Safra^.1'r, DATE:21-Dec-16 %ddendum(.Q7 Addendum(.)? Addendum(.)? Addendum(.)? Addrmlum(.)? Addendum(.)? Addendum(.)? Addendum(.)? Bid Iitmd?1'ra aid I1-d?1'r, Did 11And?1'e lad Bond'!We Bid BmW?1'r, Bid Bond?1'n aid B.d?1'e. Bid Ihmd?Wb APPROX. UNIT CNri' UNIT' (�NI'1' UNI UNIT' UNIT UNIT I'I'ENIN I'1'E31 DESC'RIMION Tl'. CN'I'I' NUC1! COSI' I'I210E COST 1'IIICE COST PRICK COST PRicIi COST PEIC'E COST PRICE COST PR1Ca'. COST Add in,Pul.'mcr C'oncrcta Wct Wcll. mnplota in Place in Lieu of Pilxrglnxs 1 RcinforcJ Wal Wcll I LS $21.548.60 521.548.60 515.000.00 SI5.000.00$I8.5oo.00 $18,500.00 s67.000.00 $47.000.00 S80.000.00 S80.000.U0 $IO,UW.UO SI0.000A0 Sls L0011D0 SIS Lo00.0U S45,U00.W 545.0110.00 Al:reae..NxrE'ro'rAL: s21,548.60 sts,0oo.m) 518,500.00 $67,000.00 580,000.00 sto,000.00 $151,000.00 545.000.00 GRAND TOTAL: $558,319.40 $809,585.W 5591.493.31 5769,793.00 5751,630.110 5626,278.00 5875,692.40 5778,175.110 P;�F�OF tFtk11111 �•: ',+// DANIEL E.DOW .......................... /, 119652 I P•..F N 6. _ Illi Nn.eer Lockwood.Andrews 8 Nownam,Inc. fixe R gist r tl Ertii ectirg Flrm F-2fi14 l la- -/�, CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 7-7 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-149973 Central Road&Utility, Ltd.dba CRU, Ltd. Austin,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/03/2017 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 000000 Forest Creek Lift Station Rehabilitaion Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary George,Jay Austin,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. lrpY1 P�;. JUIIANNA GONZALEZ Notary Public,State of Texas My Commission Expires y, p -,+;•....E+�,•' ignature f'aut drized age of contracting business entity September 05, 2018 AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said this the day o 201:,to certify which,witness my hand and seal of o ce C� �J I Lyz d WA. 61--� M - Si re of officer 4jinikerIng oath Printed name of officer administering oath Title of officer admi i tering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-149973 Central Road&Utility, Ltd.dba CRU, Ltd. Austin,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/03/2017 being filed. City of Round Rock Date Acknowledged: 01/10/2017 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 000000 Forest Creek Lift Station Rehabilitaion Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary George,Jay Austin,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277