Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Austin Underground - 5/11/2017
I Cityof Round Rock, Texas Contract Forms ms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the X,41/ (1day of it) in the year 20 BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street 111 Round Rock,Texas 78664 and the Contractor Austin Underground,Inc. ("Contractor") P. O.Box 5650 Lago Vista,Texas 78645 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 1 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 4-2016 Page 1 of 5 Standard Form of Agreement 00307791 -26R---.4k S9 1 1 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 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(S 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 Ninety One Thousand-Four Hundred Ninety Three Dollars and Thirty-One Cents ($591,493.31 ),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 .If yes,please provide details below: Add for Polymer Concrete Wet Well Complete in place,in lieu of Fiberglass Reinforced Wet Well 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 I 1 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 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 1 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. 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 `s 4) c E . w ad E .c a. i g a) w tu a) G O 0 L U E o L v¢ V ° Na.) c 4. E wo ' c O EO 4. 0 p a: a U O 0 a) ci U e y 0 s o = o a 3 aos s a)) -. c° E w a)c .- a y " ° w y .D C 4. a°)i (7 tea) o a) Y • . 0.) +- • c w ° pp -p o _ a) Cp c a) v . 7 b b Q g o 4 o ab N L� C o s c tr rd o a •5 3 a)O tN 4. ca 7 yu yc . C s _ai O L4. 4, v aUta . c._ a 1.1 >, c co = '0 o E s c °a) U o ° � vo 0WI myc a =: z o + ' C3 -Y . a a) mH . � - T. ) , 43 0 . ° .,. ca Q L L N x KC) .. N g +r .° .x > L .° N a � as aJ " C co ` •ao• Li) :: L `° < °'is aAx '5 • . a) Cc .c. a) ... . a 0 3 o c a a) vme [_• Wmo V ° - 0 ` o -o •z , in , ...8 yy .5 0oa: m o a N b 'n c. N 2 -3c C0 ° L " a " ocx °" tu .0 ill° bNaC.) = r 4y ao c ° 'd rs. e CO:° o .) o U 4 c aoW oqc a) ° L ��, a � Q ,= a a ° aGO ao n ri Cc a0 ' o ° ° t c. ° O UC) a) 0CH y. a O a. Y t„ . > ., w- U _C , > tn _ vU U c C4 MP tl) Iii tu = — ycs Q = 4. 4. c .= to > O 0 CU m H 08 ° ad c0 :CS 4. a.c U to y � n + OG -d c 0 •ti cd° mG 0. ° iU o0 ° 0 �� E°' • U > ma ° = = n O» o • a -o 0 c8i a) b t 8 toil We v c i� V v! o d yca • �, a- U o0 c m Y t. W aQ > E. a, x o ° a) a N L i n. v: H z wc y otn F' �; ii > o 0 • QQ a) n `� W o a13a oco �o N C a>, p cae UatnaE oLo N o a. T 5 aE�o m a�oO ai °- E [n ai E U o •o a) u O r. L bO, I N 3 Nm � U to :y a) C 7 § 9 d40 al o C1) L d O '� y ▪ •fl a) L L tr. CU N a) a) a) a) 9 a) a) a) E a) a ❑ a) c c0 0 tad c oa .= Vl W t Z .c Z ; Z t t ; t , „_, y +�"1 f6 ° O e J H N H O H • H ° H E- H o H o 4,, ...... 4 3 c O U z i 3 �, �" 0 z z Y " 0 3 CC .� o " U _ cd 'G (r p .-. 3 N :Tj M tf. t „a)' 00 aL., O O, H� '> a) ^ r L N p �,,, 4" r. ti O ;y .� .-. .� rr O .•y °O M .'r Q!. t--I O N M et t V) O c • C) Q N 2 N s N E N -o N N N tN a. N c) a N Q 0o a 0o 0o 0o 0 0o • �' 'ii-L• ai , IIIIL um Ill 11111.. al IN Ilir • ,.:c. • r:= nsf 1I. l. II • "0 vi T3 = >• • al O C3 a3 a) EL _ O 5 t , a, _ a3 c7 ice. O 'D .• _ N Q as 'O O 10 ...0 ..0 1.. •a, •c3 O - 1- O. N c3 a, •C c3 O y -CO, u_ — c vi t v Q 3 7 i cJ y C y O E .^.D vl p u El C C3 "' En c w a, to E ct C.i.... Q • Es L H LO L• II Va,CI �.1411111111 V _ cx yow = lfllb 175 vo o Oa, _ p F cS C, :.• H �.... N ccs vi -c En 0. cCs arni O W _ :a = O'fl C ° t EA o al p o > D. v ° z CA oU �� a' ao'iS aXi :v -0 N " �• E au 'A c Z 1 c ii a, .= Q ti F o a, 17 .D ' i y t�, o OU r- P 0 c 0c III •o cam, E a, 0 6) L E o c 1..o. E `o ° i n cl E E o o > ,o c °' �, 4. �, cn o a a, c4 n o E m i '� •4 `" cs i0„ •= a, Q c .c tea, U aCA =i o >,U �^ > °_' ° c m ° a, — c :0 cn E a, = o CO°' Ems° o o a 0 O C w - cs a°, 0 c . c= o •v •a a, a, >, a, ° ,_ - D aA ° ,... 6r •0 •D a, -0 o = y 0 ¢ L 0 y 9 EL' Fm eM C d .] CI- 0'1 ISA o 3 •�oa, o .= X Hh -1 1 c °a = a, c , c a,c• ' a«. °' = yy •' o c � `c - at C " y " XM `_' a ,` sn 13 O pC en a, ° ° ° aaa — AO = QEcAcy U Wwa >, c Ca) -o vi oo a Q Q O ` t , ... ....t p . = O ` ¢ « O= � a. 2 -0avC a 0) y Q- := .3 U = T vs • U = s E = a) _ O �%ai E n y s 'b n 1 ,_. c, CL)c ' ° s 8: � -� c toQ ° cE ` Q E- , o . W Cq F- cF- o cy F `c a >, vo c y ° to ° CL _ Fo, c c 41 ilf. ell 10 0 8 0 a, a, c w a, a, Ycs N [� `� O o0 ;Y = _ — O O p• 'Eh = .3 F y : F' �, � ' o n 0o ays s E w o0 o f o0 3 3 n oo ° o 00 °_' `o C...9 O U •c i • Q d U O o 0 I I I PERFORMANCE BOND Bond#929645604 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Austin Underground, Inc. of the City of Jonestown , County of Travis , and State of Texas , as Principal, and Continental Casualty 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 Ninety One Thousand Four Hundred Ninety Three and 31/100 Dollars ($ 591,493.31 ) 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 w tten Agreement with the Owner dated the �12tk c'tlY- day of *fay , 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 1 length herein. • ' Page 1 00610 7-2009 Performance Bond 00090656 1 I 1 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 15th day of May , 20 17 . I Austin Underground, Int. Continental Casualty Company 1 .. Prim Surety .[� �G�i?p Cynthia Giesen Printed Na jr / Printed Name By: �/ V By: 69vv tia. (� Title: ,.4 ' , Title: Attorney-in-Fact Address: P. S. Box 5650 Address: 333 South Wabash Lago Vista, TX 78645 Chicago, IL 60604 Resident Agent of Suret : Signature Wesley M. Pitts Printed Name 7600-B N. Cap. of TX Hwy. #200 Street Address Austin, TX 78731 City, State&Zip Code I I I I I00610 7-2009 Page 2 Performance Bond 00090656 I I PAYMENT BOND Bond#929645604 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Austin Underground, Inc. , of the City of Jonestown , County of Travis , and State of Texas as Principal, and Continental Casualty 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 Ninety One Thousand Four Hundred Ninety Three and 31/100 Dollars ($ 591,493.31 ) 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 `tgtk ( !:1 . day of —A IA, , 20 17 , 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: Forest Creek Lift Station Rehabilitation (Name of the Project) NOW, 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, 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. 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 IPage 1 00620 7-2009 Payment Bond 00090656 I I / o/ / .0 11 / .2 2 2 7.t:1 '5 z _•» \ 55 p `� "0 ° . / / o a c tn ® © a) c § e ® § 0 a •- 0 0 q U q 2 © 2 rl ') 2 q .§ § Cl ,4 .. d $ 2 A _ § g o a> § .� f -c) z Cl § `�v) G J 2 ° ° 7 •§ k § q m / \ § %ƒ � k 3 / ,r2 rn U q Cla .§ 0. Cl § •t' 7 s) • 0 0 — o u t 0.) c 0 .115 a) o 0 * •c 6 G 10 2 ... EA o 0 U U a m w k E e q ] 3 j c / k a) CLI % o . �| 2 2 = © 3 .= q e © •- ° c m E F 2 o_ a ° § u e%& § 3 q\ 2 u \ A % & E 2 \ ® 0 al ° f k `� / * \, w m R A § § L ° ° �� Cl 3 2 u a 2 § d } ` § •q % 0 2 D u o 2 t \ � � m » t A \ 00 ƒ � G � 2 q � ' 'A0• j # K U § 1-4 / 2 2 2 \ / , � �Q « u / / Z E. k /_ / \:_ . � ` . ) a) u / � ./ §a 8k � 2k � c2 ° � — cga ? t � 1. / � Cl Z Cl / - a a co � 7 d c00 c I Client#: 106054 AUSTIUND DATE(MMIDD/YYYY) ACORD CERTIFICATE OF LIABILITY INSURANCE 05!2212017 I 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. I IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the pollcy(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 NAMEACT Cindy Ellis USI Southwest Austin a4 No,E,t 512 451-7555 FAX 512 467-0113 7600-B N.Capital of TX Hwy#200 E-MAIL cind ellis usi.com Austin,TX 78731 Mass; Y INSURERS)AFFORDING COVERAGE NAIC# 512 451-7555 INSURER A:United Fire Lloyds Insurance Co 43559 I INSURED INSURER B:Texas Mutual Insurance Company 22945 Austin Underground,Inc. P.O. Box 5650 INSURER C INSURER D: Lago Vista,TX 78645-5650 I 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 I 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. LTR TYPE OF INSURANCE NSRL WVD POLICY NUMBER (MM/DDNEYYY) (MM!DOmYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 85318434 08/01/2016 08/01/2017EE1ACMHp�OCCURRENCE $1,000,000 CLAIMS-MADE 7 OCCUR PREMISES(Ea oaurrence) $300,000 X PD Dedt: $1,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 I GEM.AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X PRO - JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY 85318434 08/01/2016 08/01/2017 COMBINEDSINGLELIMIT 1 000,000 _ {Ea accident) r X ANY AUTO BODILY INJURY(Per person) $ — ALL OWNED — SCHEDULED BODILY INJURY(Per accident) $ X HIRED AUTOSAUTOS X NON.OWNED PROPERTY DAMAGE $ AUTOS (Per accident) SS A x UMBRELLA LIAB X OCCUR 85318434 08/01/2016 08/01/2017 EACH OCCURRENCE s6,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $6,000,000 1 RETENTIONS $ IDEDI WORKERS COMPENSATION STATUTE i OTH- B TSF0001247677 08/01/2016 08/0112017 X FR AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y f N E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBEREXCLUDED? N N!A I (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) The General Liability and Auto policies include blanket automatic Additional Insured endorsements that provide Additional Insured status to the Certificate Holder(and other entities as required by the Prime I Contract),only when there is a written contract that requires such status and only with regard to work performed on behalf of the named insured. The General Liability,Auto and Workers Compensation policies provide a Blanket Waiver of Subrogation in favor of the same when required by written contract. Coverage (See Attached Descriptions) L, CERTIFICATE HOLDER CANCELLATION I City of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: City Manager ACCORDANCE WITH THE POLICY PROVISIONS. . 221 E. Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE Z.t J. w! atvwA, ©1988-2014 ACORD CORPORATION.All rights reserved. ' ACORD 25(2014/01) 1 of 2 The ACORD name and logo are registered marks of ACORD #S20545147/M18340379 C LEH B u THE CITY OF ROUND ROCK BIDS EXTENDED A\D CHECKED Utilities&Environmental Services Zdd14 R.ssssd No,S't EprerD.;.e DY I Daniel pow;PE T Teas 7r664 Forest Creek Lift Station Rehabilitation BID TABULATION DATE: i'^I TOi4 MELT:1.f 3 C(1tTR•V(T: CRL' Aaasi4 CWerirwud,I Psora C-1de. AW i,,.C..4,r.n ra I."C-.-,N- A.V.E.O.-W, Eves ORO StEX C.m1ssR4:.. L4)CATION4 Tads Es se thins tit4vrnN.c1.7e15^,Y $saless,(at.rJafrq^.Yn 1eNcsrea.Salary'V.lilac el.Ntcak(s^.V'n su'-N5.(erX?{b nisnmi a(_wl Ya itueww.Salm:Sn VNa�aN stsrfrly'!S'a HATS::21-D-16AOd.W..1[sl' r\tdetlsisnpi' AsldrWr(tll AAderlrs.hN. A44.A a.r A,".-11,' ,%4d.W..Wj? A,1&u1+epA` Rib Ye.3!Vn Rf4 MW!Vas RM Rnad7 Yes RW 8..r Yn Rid W..l!Vn Rid Real!Yn. w R.d!Vas 114 R-d!Vn APPROX 91ST (SIT UNIT SNIT UNIT V"1T "itITFAIA rm%l DCYCRIPriON TY. C1I Pain" C;Tc%( PRICE c0Sr PRIG[ rDrr PM0: COST PRICE, rx1dT' PRICE COCSr PRICE CONT' PRICE CUNT 3 Ckarin!and Gmbbin wr,--a102 I LA $$.MeDo ss-wS' 00 S-'-41M) S7.430 OD S5AW.M) S5DRIX1u.M-1- Sibsoim X4,(.1141113 $4.MI -U.WIM) S1.0XI-W S73M.M $7.500.0a 54MIN S4.00D00 Flnl6le Dace(Surfirsl.per sec0oo 210 43; CY S2140) MANIA 599,(0 3425.30 55W1U 5215(100 8',ow $W-W S!.I. 31.032410 $1mUM 54300.00 114-.7 SI-9wm S20DW S11bkm R.k Slruaur4l E-ulm,Ec - 111 140 CY 575.0); SI0.5 Od C90iW Sub7'. SI25.1 S27_WOAO S3WW 542.00000 S7W.W 5911.000. 535. ..33.5(000 14IN44001 5217.0o(LOO 51" M%OL- Cast m Place C-..U.Wdl 6u P-1-410 6.7 CY 51:W00 $#.3 a0. 51"'W sk' &1 511114-1 10373j)(I. 31_'1MMU- 51005400 $5.500.1- 53&"000 1'000W 513.400.0) SSW.W $5.360.011 S976W 551169241 Cut In Place C.-Wes Wall Pad. 5 .a.(0410 _ CY SRM.MI SL 513(01- 52.600.00 Sl.SWm 51M)00 51AOO.W S2OMm 533011 IX] skw;;.M 52 .1.1 S40)(110 16Mm 51.21mm 54.5001.1 53.60004 Cora I.Place C.-nac Gcnamm P9d' 6 per aC 6-410 5.4 CY I 9aW,IiI K -jd 5111.;00 S5.9WI.W. 11.1[0)1(0 .,x5. 11...f SS.40ftm 133(NIm1 IMMIX) 3200PW SIOn'w 565000 S3310W S370N : S1,99R.M Czst in Place C-- , Elmsie.1 Calwpv Spscad FlR10Sa.per-U.410 2.5 CY 5x-1 S1$090 51--1 S4mm SL5Ut40 S1750A0 51 MI. 525100.00 S3,3WW SR230M I,_9 w $7.25.m 56501- $1.625(0 S37n.M1 51425(0 Cas,m Place Conan,D--ay.PM B ueli..433 23 SY SINOW[14�$R-LDO SSSINI S2024m .IWMI 341mm 534CM Sk"M 5,11-1 SI.R63m S!uUx, $5190110 S2_13.W 25.115(0 S19900 S4.554.W Pip, 6" Dia_ Ducdlc Iron CL 351, .,rnry-tiai-i iniad,.-L cx�a.-.tion 9 uiW backfill,per-1-510 33 LF S2m(0570. L']IDm Xis. 54.95000 $IWW sm-a0 L'WW SG NOD SIWW 13.3(0(0 SIM 00 $&UK Ml Sim.I- 52_91x1.1%1 Pipe. 6" Dia, D cuk Iron CL 350, llupgd d-has¢c pip,in wet-IL p„ 10 -lion 510 52 LF 5250011 57000 53.6000 ?19100 SIR:Wm S3MI IW 545.000) SIM NI 51041-00 SIM. SI0,4W_m Sid31- Se.YA-D!1 <1WW 513670(0 Pip-4"D-PVC 5th.40 OO Jeplhs)ind, t3ttings, P-1w. uwv= and II back011,p,r-,1..510 5 LF S_'7n1- 55500 S325W S;IIIA- SlIlY3M1 511x100 55.01. S2MI MI SI.MYIW $1004- SSMOD $110110 55.9390 5451- 522100 Pip,,a"Diu.PVC SDR-26 illi deplhsl. md.linings cacavmim utW backfill,pr, 12 ecct.."o 24 LF ti++<m SWPU SLI02000 1325 III S7_AW0D $3500 SR 400W S2M.Im W.M-.M S/mw S.X-O.m Sil:m 5... ;2..- SA3glp.4- Plpc.';'Di,-PVC SDR-:6(all Jcpths3. incl.6 mea,,xtlwli-and b-kfi0,P. 13 ..1..510 29 LF S2I"I'A MIXOD 5151.1- 54350005!2.cW SMIi,M 54-I., SI 1.60000 52-1-51m SfiM55,m S1WM SRIMAD $125.00 53.62.L30 521w" 516MOm Dw.W hon Finings,4'Through 24',RI 14510 0k. .15 'TON SOM:t 35Jm.M S 1'-I 378560 S10II00M S1Att00 WIMIm SIS001)D S60.Mm11n I S9-MLw S5{IMIw $7300.00 515MI)W $2.:511(0 515.0MM 52250. \'colt Pip,4"Dia.S.i.1'-S-1,incl, E ,omple, m III- pe, 15 ..1..02577 I FA $7.4M aT S?AW.W 5:..3WMI S3300.m S5M)MI S_9-m 513,'0)1.1 $I,"DI S2.iM1 MI SZVmIII SI.N.W, 51jm0.m S?SMM 523.(0 Sa.3WM 54.100.40 vcw Manhuk C9nslrvclion,411"Dia,pq to sat.n506 3 F.A SI4,M hl 5420-10 ti%51-SNI SLII-Smr. SI41Rx11- SAZI)w OD 512.x11.1 SI6maM SI aW00 517400(0 515.10-W I WAW" S20(0000 I SfADooia, SN.SW.MI I S3301101 Tm-h Sarm Sym-, Including Wo 17 W.11(.11 dcplhsl.p,rsmion 509 153 LF 1 ale ': S5,449_M S1.5D 553550. 561- S919-0) S,`W00 $3010" $75.W 311475,00 S'?5m 535.955.0 S30W S3R250W 51240 SIA9720 \'alv,s,Railirnt Stated Gmc Typc 6 IR DILncIC(. sccdun 15139 _ F.A SI W 513,&600 51.7nOM 13.400.. SI I..,MI SIMmW 51.11.1.1 $L4W.M/ SI.IWIM 5230PAm 17_x10.0) 0DAW SISmm "AWL, SilDIVI 50400M Vavies.Swing Ch.k Type,6'Dia.,pn. 19 -i-15139 '_ I:A 11t,w S6,'Nmm 13.IIW./x! I1lmM S,VNmla" 56AMm KAWW S4"00 S5M 09 WW i.Ce0.D0 S30S6010011S601001153 AW(0 $10011.0 S195,1w SI-900M Valva,Flag Gait TSP,,4"Dia,po 10 1---15139 I EA 150.1 $2.050(0 SI.MWW SI.M)w I 51Slgll- SL4K*,WI S3Wm S5W,W 5130)41- SI_`4-.W SI.M)w $1:09000 "SI.Sd000 tiO-W I S'^Stm .0 S900 ,N.-Grmsland S.dmg and Pb.,i.g 21 1pe s,nim 610;01562 360 SY 55 rN1 SI.Fm00 571- 2-12000 1 52003 T.100.m 5500 SI.W-.W 57.60 32110;.(0 5500 S.t"01, 55.00 SI.RM.m 515. S540M pranilvc Trm Frncing,Tip,A Chani Link.par-610:01562 120 LF 551" .SIN 5100 S16nm St lxr SbMIV _(SM $MOm $7. $1141.0) $300 3300.. Si4W 571094. SIAN SL6MIND SUbilircd C-6-Enlran,e li,d mulch application ad (ensu,]). p 23 -ipn 641 1 FA fww 51,6W00 S2.1mW 321(0. 51,5PQW SISW.m. SIyW_Mt S13m.W 1'1MI.M S20M100 S5101M SS.M-.W SZ.IN-m SIDWW SKmtm S,-=tW TOTAL- SIIS9dI.Y 5)43AY.3,d SIZ2f1aY SS112dll.N SO.K4[iM SI[dIJISSAd W12,4"Ab $73S,4,SR.4d THE CFV OF ROUNN)ROCK tlIDS EXTENDED AXIL CHECKED GtUitiea B•EnviroRlnenfal Services aaa Entcrpdw uriwr : O 3t-d Rock T<244 78664 DATE;MrBY t arM anietOOw.PE Forest Creek Lift StationRnhabilitatinn BID TABULATION SHEtTi 2.0 CYlNTRACT: CTtU ,\mIr UN<rerouN.l Prvla ComriMim Avlcriuvfvwlr,r.vD Panv Cvnarvrllw .auMln FatlnLcrirle FaM QROMEXC-rm6vn 11)47x110%':20tl5}'wr< Urnu. Staf<mttl W Svfely!1' S,wemem.(1Jwr'1'11 5ratemew of 5<Irry:1'c.BralrmrMl o(Saf<n!Yex StWve,rvt of 5X1119?Yn Xrw<m<m of i<Iery•l n 'imremeot of SMftty"Vn Su1ev,<M of 5akry?Vn DATE--214( -l6 Ad,ky mtrY' aJJ�N.mlrl'. .sed<ml amxr7? AddeNMw(rl! ANINISwduWrl? .\dd<Nvq>I! AdNIrNmlal:' .AM<Num(.l! MW Rverf!Yn RW 4N?11s aid HamL'Vn MINI B,N±V. SW F-V V. MW avN?1'11 Rid M Wl 1"n RW NNW!Ves A"KOX i3N1T UNIT UNiT LIN I"I UNIT UNIT' Cu;NI7 -VNIT ITEM A iTKM tl!_\CN1Yt'lON TV". C% YR1CT; PRICE. CONT PRICE CfJsr YNICt; CDS( MCF, [(SST' PRICr cY YRIC'r MCT PN Ce LMT Sill FL- Inr I-m. CYmOuI, p. 1_4 xL 6-Gil 710 LI' Slaw Sly 90 s4.W 5640.0 G'IN, 542000 $:M S42P.M iilMl 561(100 S319) SAIM)a SAW $m(N) S3.S0 SMA) Tmal Mubili-in PaSnn.I, Ily'm I. F.utd 5.5 of Twal Have i3idl,pW 21 Recut.711X1 I IS 52'X111 3<5 M Slfi X111 S1RINat(A S3ILLNNl.1 -51080RiM1 i30.Mx1W SWAMIND S33-(1(1.11 $3,G-9nh00 S:Amnin 179b00A0 541(1WW 543AOOA0 \:i1NN1(Ml :575>OtXIM Vcw Fcn:ing, Incl P.- Nd Acwunncs Ibr WnmgN Ir1m a1W 2h F'cncccrcic F.Unuiuuc ,cclilw lnl nx LF 1 511011 Sl AO 56LL11 S-lw no SNOW 55.44040 5311i1 a1 JM.WM SMNIW 56.XM.M 51;11.10 I SI'w Ml 11'1111 51[.IfAIM 517.10 SCRn6M Rm c Exiling 6'Sccvrily N-p. 27 -ion 702 aU IF 521110 I W 5'1X1 =fm MI 5'U IMI 5=no S.IIIN, Sim 510.1"1 s;m.a 17..) .571990 S79W 5'1000o SN MI 572000 F.I.,rrul Canopy Fr:uning aml M.al - 28 V'.L Pa Aeq_721 I. lS SI.t.Wn.(Yi 3 .Rfq,On S,'_a134u S12y1An 5151X1In S1s"m siS-.1 S1SO00.W 55.41x1lNl "Won SIMSUM S16_1M1M, SI65W90 530.00.1(NI 510ro9W Hlrilll-Signs.and T,,I-,,11-hi- 29 1--1-113MD 51,X91 IN) 5'( w GI1M.. I'.IIIRM 1:5/q tq :5193MM --t SIMMM SZI111q ..26J)WW SI, IW S3A01A0 S3,(M)III) S9..000.0 SWSI-MmW. WwSM FiNaglas Rcinli-, Polymer IrRI' I wet wall.Incl.Enavalilm and B-klill. 30 1m0?577 ] Ls S?7.lgtq "'7,1190,W 578.X090. -4... s9A\ppl}gp S9ollULO H54JIKI11 580,00100 Si5 gMl11 sis- 0.9(1 Immm'1 smoogAfl SR.UI- SSM)A. 5361.IN.I. 5165.X0.00 33 l311 UPM Ilyd-Im Sal:Sub.-ib1 Pump(49 IIY3.roll.Pun1p,hale•yui brut..,rail h-h w11h[all p.I 5- d unrL,Mr MSII1m 11119 ? EA car7001 S96600.00 S311NM.X 593.00000 5311,10IM S"pOW W%2_1,M lIN, -575 MO.M Itll 1IMI SW IMNLM G]A.INMIIM SIaiin09fN1 516>rMNIM1Si1C09a.W 530.009.11 SiNk(WI(r Lill Srvlwn flan Up and Tcun"M 77 Lin SUl F55 1 LS 56.11x11 S6,111,M SI71xXtX S17.Mq.M S101MN11m SIo.MN3M1 RIN111 52 . SS�Mq,UO 35.9OO.W 57_511 IN1 57,501W SI13.M00 SIM00o.M MANNI.M S4 Wit Lint mi- Demtdifxxc p<1 58151 33 42530 I L$ S4,3W. 1P.MAo 577.rN.,011 Mom SIJ 1111 IN' 5i0U 15(X10.00 '9.MM1S2(I.M10d1.$.1 S.fl(NI IXI S.IS.WJn 510INN,m, StOJNN100 S75,r,t1 525.XnM SI.AUILnO SlLOMII!! Rana 77"5.Iw vaunt with dnublc J halch,-Ilic ml d,lnclttding exc-auw 34 and I-kfill.Per Xm'blxl ani 1 FA 59,71 V 59.70040 it'IN1.Iq SI2.W0W 5291M1.f,, 220.011110 52111100/1 S7(IllW.M S23.INg1r1 S.S2Nl(IM SxS,mIMI SP.Wllq SL2.INn.X S12RCR490 SI1.1111IX1 SltdNglm Blot CmI Sy-,cmnpl.e in place c u<Wing 1c, Aab, pipe an t 35 illwncnanacx.IMr-im 113325 t is 563 M1 5615(1M S(!.WN13N) 56.91X111 51'X911 St2AW.o9 51 t,0tm WI SI5.00.00 SV.(N It. 59.1)(NIM sI0I10I)X SIO.dn.W 0510I0S7.5Wa11 SInJN11M1 SIO.MIM1 36 fAvn,ian Ywnpll.Ix:r SaYIm U253Y 1 LS Sa,. iAY! -5450011 5'sWn V,,j*1 M9.S1nmo S16Abaiq SIbJg00n S10.004_M 52aJagru SDa omcw S35L w 575.90,1 silo.- 545dg0A0 513L.tKlotq 514"100HW< Rlbb- Pun,p Cimuollcr. p. 37 -'.-13411 1 L& 53 k1M1 53AD(LW $1-:Wm SI100.00 S_'IXNQ) W-000.O 5151q.IN) SI.SMAO SI.IXNLW S3.DWW 51.51n1I9 51_MNUq SI,i001n SMINI,Ml G1liILAM1 S}_UGM tiirdcagc SuNnersibla• 11-.. Level. 39 per-1-13421 I F✓1 [ 1,1X1 Si 9mm SI SINLMI S!�SOM11 5%,501.4X1 $xjMwq '6.0C1.1q Sk11WA9 51.INX1M 51,9W.00 52-00il(N) IlODOW SRtt-W 5IlMN3,lI) SILIN1.11 533X1.00 SVEleclA Senu<,w-1-134(X1 1 E..1. 5 5(1.1181 5!SMOL 52 k1n,g0 S,tiW90 ST, .tNN1M 51J3WM 530.06 W $220MA9 SI'JNNIM 5UM(LID 5:.X000 SLW9.W [311/101X) S30.00QDO )7wioo S'Aanxi 5['ADMI'1nva7 hquipnxnl,per are1i1 40 16030 1 EA 21010 SAS" M S5C,tXXJ MI 5563X1900 SIKIX1 Aq SI0.OMM 345.NW;(Ki W.10%0_0l S2I IMM(N) S21JIX60 S35(NN11x1 55.3400.00 SSUIMYIMI S.51I.nnnAp 517,01140 311Iman0 I Cnvvt>Ym'An p4f4--76210 1 E,1 _ S90M S42390A6 W.&O0) S45A00.6 Ss i'mlIN) 557.00.00 355.MX IN, S55.000.00 57.5011.40 575.WJ on I 551tuw S uwoo 5X15 ow go W. '00 SSSJ[1.1q 553j" i2 C-d16'Winnl'IKr>ccli9n 16150 i LY 3.MN+.00 571;00o.M SYi.da0 t1 SR7.0MR.tt.i4,4WLfMi 516,(X1,00 SM�INNr.LV 5d0p70Jq 54'_X140 $42.M.CO 51;lNnW 5tOtS,COMto 52,410,51 SS.tM,60 BASF RID TOTAL_ SS]6TiM SctS-XIII. Y,36.27RY WIAUM SZeL7fiw 57,y1iI75,aa y <y5p y7yy52,y THE CITY OF ROUND ROCK BIDSEXTENDED AND CHECKED Utilities&Environmental Services IOU ERlelp ui Drf•e BY: Daniel Dow.PE k-kd Roel,1.—T%6H DATE: 1-2112816 Forest Creek Lift Station RehabllitatiDB BID TABULATION ADD ALTERNATE BID SNUi.T:3 w 3 CITN,rpW-r: CRU A.RI.Uwdngrwd,l Yew.Cm R Mvnic..Cwr(ran.n Pwi Cuulrw" A—i.E.ei..ni.e F—I VHU 1t1ES C.o.rucd.. LOCATION!I00Y F.MViw Dri}w Atsuaxlwu,6I Y'n 51.Icvlenlwi.(y?Yn tiuHlv.l wS.fA}?Tn Slaw wAlelr?Yn Sule.H.d.I S.k"?Yn Sul—d OrY?V" Sinew of S.ln}?Yn Sul—ax0 S.kty?Yn tlAfE:2I•Det-I6 Adi dY .)? Add.Wue(al? Add.d-A,I? AddeM.ml.l" Ad —.(p)? Add (.)? .Oddedupcl? ,lddeodo•(.)? Rid Bwd?Y'n Rld BW?Yn BId Roved?vw Rid R—A?Y.' Bid Bmw"Yn Bid Med,V. Bid Yrd?Yn Bid Bed?—V- " AJ'PROL UNIT I UNIT UNIT ""T UNIT UfiIT UNIT IVNIT ITEM Y 11'r8i IIk:SC'k1YT11)S TY1111, I'll MME LYF1T PRICE r1[1ST 'RICK CAST PRH'!.. CMT. FRI'r [TMT Pklf1: (TMT PRICF CDST PRICE [f)ST Add N.Polp-Con—Wel Well awpim:to Yt� in Lim of Fibuglu 1 ReinlirK.d W'SI 1%di 1 IS S2a54 UISU60 SIA."" Si@-%aoo GI.00n oo SlaIR0M SIu11Y1(lin smon(I.M S"Imon 561.on)" UG IXYI.IYI SAS.(M14.PD SI<)yill_W f13.ID0VJ 11f I.UU0.1111 5151.OW,Od .\I.TF.RNATET!}TO._ 521.SYN rOa Ma,dd StB.tdlgd SM.WM S61 NIlaB S4_SANA6 LSJMAB 3/31.M8R8 GR4ND TOTAL: SSSaJRfe SA31.6S3J1 L.2f.T18.Y S131JI.RM S99.793.118 $77117S.0 3dQ.385.N Sr15.NLM —�S Oa•�rsf[,l i WlNiEI E lH7,Y � 7TBBSZ •±r$ 411t k1'm; L 6 HdwnalR.Irw Frttlf�Ib1A Lockwood,Andrews &Newnam,Inc. A LEO A DALY COMPANY April 20, 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: Subsequent to our recommendation for award of the Forest Creek Lift Station Rehabilitation project construction contract to Central Road and Utility, Ltd. (CRU), it has come to our attention that CRU is not in good standing with the City of Round Rock. The next low bidder was Austin Underground, Inc. (AU) with a total bid price (including amounts for the polymer concrete wet well alternate bid item), of $591,493.31 . The Certified Bid Tabulation is attached to this letter. AU 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 rescind the award of the Forest Creek Lift Station Rehabilitation project to CRU, and instead award AU the entire contract scope per the total bid amount stated above. Sincerely, Dan E. Lockwood, Andrews, & Newnam, Inc. Infrastructure Manager Attachments: 1. Certified Bid Tabulation 8911 N.Capital of Texas Hwy,Bldg.2,Suite 2300 • Austin,Texas 713759 • 512.338,4212 • Fax:512,338.4942 • www.lan-inc.com CERTIFICATE OF INTERESTED PARTIES FARM 7.295 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. 2017-203295 Austin Underground, Inc Jonestown,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 05/05/2017 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. FCLST Lift Station 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear,or affirm,underpena perjury,that the above disclosure is true and correct trflY pU at, SANTIAGO JUAREZ f My Commission Expires J November 5,2018 '. Siyn ure of authorized agent of contracting business entity +rr a + �AFFIX N T R SAM / E L 6 V Sworn to and subscribed before me,by the said 1L I GIS I -,,Jti is this the day of M 20 t-i to certify which,witness my hand and seal of office. 129nature o o(icer adr 'n teen Printed name of officer administering oath Title of officer admiflistering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 CERTIFICATE OF INTERESTED PARTIES FORM 3.295 lofl 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. 2017-203295 Austin Underground, Inc Jonestown,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 05/05/2017 being filed. City of Round Rock Date Acknowledged: 05/11/2017 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. FCLST Lift Station 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ X 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 V1.0.883