Loading...
21-R-72 - Contract with RL Jones for Construction of the Elbel Storm Drain.RESOLUTION NO. 21 -R -72 A RESOLUTION BY THE CITY COUNCIL OF THE CITY OF SCHERTZ, TEXAS AUTHORIZING A CONTRACT WITH R.L. JONES LP FOR CONSTRUCTION OF THE ELBEL STORM DRAIN AND OVERLAY PROJECT AND AUTHORIZING BUDGET EXPENDITURES FOR THE PROJECT WHEREAS, The City staff of the City of Schertz (the "City ") has recommended that the City accept the bid from R.L. Jones LP. relating to the Elbel Storm Drain and Overlay Project and approve the project expenditures; and WHEREAS, City staff has received qualifications indicating that R.L. Jones LP is qualified to provide such services for the City; and WHEREAS, the City Council has determined that it is in the best interest of the City to contract with R.L. Jones LP pursuant to the Agreement attached hereto as Exhibit A for $1,864,762.03 and establish a not to exceed amount of $1,964,000.00; and WHEREAS, the project will be funded from funding allocated to the project by Ordinance Number 21 -T -23 and from the excess General Fund Reserves earmarked for the Schertz Street Preservation and Maintenance Program, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SCHERTZ, TEXAS THAT: Section 1. The City Council hereby authorizes the City Manager to execute and deliver the contract with R.L. Jones LP. for an amount of $1,864,762.03 with an amount not to exceed $1,964,000.00. Section 2. The recitals contained in the preamble hereof are hereby found to be true, and such recitals are hereby made a part of this Resolution for all purposes and are adopted as a part of the judgment and findings of the City Council. Section 3. All resolutions, or parts thereof, which are in conflict or inconsistent with any provision of this Resolution are hereby repealed to the extent of such conflict, and the provisions of this Resolution shall be and remain controlling as to the matters resolved herein. Section 4. This Resolution shall be construed and enforced in accordance with the laws of the State of Texas and the United States of America. Section 5. If any provision of this Resolution or the application thereof to any person or circumstance shall be held to be invalid, the remainder of this Resolution and the application of such provision to other persons and circumstances shall nevertheless be valid, and the City Council hereby declares that this Resolution would have been enacted without such invalid provision. Section 6. It is officially found, determined, and declared that the meeting at which this Resolution is adopted was open to the public and public notice of the time, place, and subject matter of the public business to be considered at such meeting, including this Resolution, was given, all as required by Chapter 551, Texas Government Code, as amended. Section 7. This Resolution shall be in force and effect from and after its final passage, and it is so resolved. PASSED AND ADOPTED, this 27th day of July, 2021. CITY OF SCHERTZ, TEXAS elf- R Mayor ATTEST: 50506221.1 - 3 - _ 11 B nda Dennis, City Secretary 50506221.1 EXHIBIT A CONSTRUCTION CONTRACT 50506221.1 - 2 - ORD ENGINEERING, INC July 12, 2021 Project No. 1124.9403 John Nowak, PE Engineering Department City of Schertz 10 Commercial Place, Building 2 Schertz, TX 78154 Re: Elbel Road Storm Extension and Overlay, #2021 -13 Recommendation of Award Five (5) bids were received on the above referenced project at City of Schertz City Hall on July 8, 2021. No irregularities were noted. The bid is to be awarded per a qualified bidder criteria established by the City of Schertz. Review of the tabulation and scoring of bid packages received indicates that the apparent low bidder is R.L. Jones LP. with bid of $1,864,762.03. The Engineer's Estimate for construction was $1,631,126.12. The average Bid was $2,051,426.68. Ford Engineering, Inc. called references provide by the lowest bidder for projects of similar scope or cost. The majority of the references were positive with regards to quality of work and working relationship for water and sewer construction. Ford Engineering Inc. recommends that R.L. Jones LP. be awarded the contract for the above referenced project in the amount of $1,864,762.03. Should there be questions, or if further information is needed, please do not hesitate to call me at 210 -590 -4777. Sincerely, Mark B. Hill, PE FORD ENGINEERING, INC. Incl. Bid Tabulation, Verification of Low Bidder Unit prices, Summary of references called. 10927 WYE DRIVE SUITE 104 SAN ANTONIO, TX 78217 P. (210) 590 -4777 F. (210) 590 -4940 1- 800 - 332 -3109 www.fordenginecring.com TBPE No. F -1162 TBPLS No. 10018400 Elbel Road Storm Extension and Overlay Bid TabWation BIDDERS Bid date. July 8, 2021 -3:00 PM Project No. 1124.9403 Alamo City Constructors Jordon Emetprises Pesado Construction RL Jones San Antonio Constructors ITEM NO. DESCRIPTION UNIT I QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL Road MITI and O.rIx I _ $ 215,970:. $ 215,9]0.00 1502 jmO r !ion LS 1 S 88,124.00 $ S&124.0D E 220,000.10 E 220,00&W $ 75,UW,00 $ 75.OW.W $ 176,800.00 $ 176,800.00 1410 WDES4t-Water POOu'J.PrevenO.Pkn LS 1 $ 1,725.00 1,725.00 $ 2,484.00 S 2.464.00 S 25,324.00 E 25,324.00 E 2,500.00 $ 2.50&00 $ 10.000.00 s 10.00.00 3 16,000.00 1555 Trefic CenaOland Regulalan LS 1 _$ $ 129,287,00 $ 129,287.00 $ 58,420,00 $ 16,305.001$ $ 58,420.00'$ 16.305,00 61,171.52 $ 20.626.00 $ 61,171.52 $ 30,000.00 3 30,000.00 $ 16,000.00 1570 Storm Water Poll -Co d LS 1 S 33,537.00 $ 33,537,00 $ 20.626.00 3 1.500.00 1; 1.500.00 $ 10,000.00 $_ 10,000.00 3221 Remove CmmW Cub LF M $ 10.00 $ SM.00 $ 7,00 5 47609 _$ 5,30 $ 5.10 3 _350A0 $ 3,539AO $ 1.00 S 88.00 3 20,00 $ 1,380.00 2221 Ramow COnaek CUbantl GuOer LF 694 $ ],001$ 4.858.. $ 6.00 $ 5,552.00 $ 1.. f 694.00 3 5.00_E 3,470.00 2221 Remove Concrete Sidmalk and Db W SY 276 S 35.00 a 91730.011 S 18.00 E 5,004.. $ 15.50 $ 4,309.00 $ 2.70 It 750.60 $ SAO It 1,390A0 2221 Asphaft Surface T Wltle Wedge Mill W) (Set SItl_ea) SY M07 $ 10.00 $ 56,070.00 $ 3.30 $ 18,503.10 S 496 $ 25,56752 $ 225 $ 12,615.75 $ 5.00 $ 28,035.00 2741 Asphalt Consent Pavement Type D(L-1 Up) TN 171 $ 188.0 $ 32,148.00 3 120.0 $ 87,00 $ 20,520.00 $ 146,856.00 $ 59,00 $ 89.00 $ 10,089.00 $ 110,412.00 $ 95.00 $ 16,245,00 S 100.00 $ 17,100 .00 2741 Aaphaft Co,- PavemeM Type D (2') TN 1688 3 127.00 S 214,376,00 S G.00 $ 4,W6.W $ ]5.00 $ 126,600.00 S W.00 $ 151,920.00 2743 Twk Cast GAL 756 '.S 3.75 S 2,835.00 S 3.001S S 6211$ 2268.119 1,004.40 S 325 $ 2,457.00 S 6.00 S 4,536.00 2]64 Raised ReflaeSw PawmeMMaNJnB Typal(onerelket➢va facet EA 182 $ 8.01$ $ 8.00 972.00 S 972.00 E SAO S 891.00 $ 6.00 $ 972.00 3 5.50 3 891.00 2764 Raised Reflectlw Pavement Maddng Type ll(Mro reflective tare) EA 182 $ 8.60 $ 1,06920 $ 820 E 1,004.40 ... - .�._.:...... $ 1,00 E 1,312.00 $ 8.00 $ 872.00 S 6,50111 1,053.00 2767 Thwmoplasec Pavement MaAlrga (White)i1') LF 1312 S 1.00 $ 4,W 13 _ 1,312.00 3 160,00 S 1.1.5 3 1,50090 E 1.75 § 2298.00 f 1.001$ 1,312.00 S 210.00 2767 Thermoplastic Pavement MatltlrOP (Whlte)112') LF 40 $ ].M, $ 280.00 S 520 E 208.00 5 525 5 210.00 $ 5.25 2161 Thermoplastic Pavement 14 r 1gs(Whit.) 124') LF 371 $ 10.00 $ 3.710.0 E 12,00 $ 4.452,00 $ 7.20 3 2,67120 $ 10.20 S 3,78420 $ 8.M $ 2,968.00 2767 Thermoplastic Pavement Marki ga (Yell -) (41) LF 4769 f 1.90. S 4,769.00. S 1.15 E 5,484.35 S 1.00 S _ 4,769.00 $ 312,00. $ 624A0 3 1.75 $ 1110.00 S 8,345.75 $ 36090 S L00 'i ; 4,769.00 $ 200.00 3 40040 2767 Th- plastla Pavement Symhols(Arow) EA 2 $ 238.00 $ 476.00 $ 389.00 $ 778.0. 27]1 Concrete C.. LF 46 a 47.00 3 2.162.011 $ 24.00 S 1,104.00 $ 2D.DG $ 920.00 3 2000 3 &520.00 $ 20.00 $ 92 0.00 $ 16.001It 736.00 2771 Concrete C.b a,d Glitter LF 476 $ 30.00 $ 16.08840 f 40.00..5 19,040.00 S 30.00 5 14,280.00 $ R. S 8,580.00 ,00_00._ _ -.. 2]75 Concrete SI&-Ik SY 292 S 80.00 S 18,56040 $ 1.692.00 $ 94001 $ 23.00 S 2130B-O 1 $ )82.00 S 138.00 3 32,016.00 3 45.00 $ 1,530.00 $ 65.00 $ 15,060,00 $ 70.00 3 16,24040 2911 Topsoil CV 34 3 40,0!1 ¢ 55.00 $ 1,8]040 § 20.00 S 680.00 2922 $adding SY 299 5 10.001 S 2,990.00 $ 17.001 3 5,083.00 $ 6.00 $ 1,794-!1 $ 15x0 5 4,405.00 $ 7.00 3 2093.00 Oa a VB ay O $ 620,871.0 S 555,205A5 $ 547,10024 $ 322,00530 S 4 531A Drainage Improvments 2260 Trench Safety Syekm LF 2380 S 1.00 $ 2,380.00 $ 158,00 S 332,432.00 $ 53.00 S 1,431 -0 $ 107.00 S 43,763.00 $ _ 178.W.S 100,498.00 5 252.00 S 333.396.00 8- 13,009.00 3 25,178.00 S 15,02 &00 3 135,252.00 S 5.087.00 3 45,78340 $ 3.50. $ 0,330AD f 3.001 $ 7,140.00 $ 6.00 $ 19,040.00 $ 2.OD $ 4,760,00 $ 120.00 $ 252,480.00 $ 10000 b 2,70000 S 70.00 E 28,630.00 2920 Flawabk Fill CY 2104 $ 133.00 $ 278,832.00 E 14.00 $ 378,00 $ 1TT,p0 $ 3]2,408.00 $ 42.00. $ 1,134AD $ 215.0 $ 452,360.00 M20 S- I.TFill CV 27 $ 25.00 $ 0]5.00 M31 S1oml S- .r(RCP)(24') LF 409 $ 129.00 $ 52,761.00 $ 192,00'3 109,6320 S 276.00 _S _ 365.140.00 $ 29,100.00 _$ 58,200.00 f 20,000,00 3 '80.011000 f 5,130,00 f ".170,00 $. 258.00 $ 105,522.00 $ ISLOD E 103,351.00 S 268.00 S 351 918L S 13,170.00 $ 26,340.00 '. 12,646.00 $ 113,814.00 $ 9,238.00 $ 83,142.00 1 12,077.00 $ 12,077,00 1 12,64]DO $ 5D,5729D $ 105.0 S 42,945.00 M31 Stour, Sexer(RCP)(38') LF 571 $ 213.00 $ 121,623.00 $ 100-0 $ 102,7B0Ao S 300.0 It 398.9001)0 M31 Sic- Slo Sewer (RCP) 148') LF 1323 3 305.00 E 403.515.00 2633 r'H vw YAK, fC4rryy44H 1101m. C- 4awewl EA 2 1 10,500.00 $ :"-.a $ 14,900.00 E 29,800,00 _ $ 20,192.00 E 181,]281)0 $_ 7,300.00.E 65,70000 3 11,637.00 E 11,637.00 2633 c®r Inkl(Cmy , I10 T1ye C, EA 9 1 9,500.0 S 86,S..00 2633 .r,0 h0l F-, l Cnmp"'I Ila'I EA 9 1 4,250.00 1 6,5a1�00 $ A-:uli0 S &500,00 2633 r-k 9aedh., 6osi5'e5' EA 1 i 11,30400 3 11,304.00 $ 15,065.00 $ _15,865.00 $ 22,440,00 f BB,730,DO 2633 fl4urtymeun a4x16'IE1 EA 4 3 14,88.00 3 59,400.00 S 20,66&00 S 2088840 1 ; 39,849.00 3 39,649.00 1 7,7.. S 12,600.00 1 30,111�W $ 12.50000 $ 16,000.00 $ 26,410.00 E 64,000.00 $ 26,410.00 263: EA 1 $ 33,OW.00' E _33,000,00 $ 40,40D.00 $ 40,400.00 $ 21,861.00 $ 21,051.00 2633 Precast Jura]. aox(9k9') EA 1 S 29,701.00 $ 29,701.0(• 3 25,00000 5 25,000.00 $ 37.000.00 $ 100.00 $ 37..W.00 $ 23,000.00 2741 Aphar CO,wafa Pawm4n1T1aw Di. ➢'i 230 ; _288.00 § 85,]80.00 E 134.00 3 30,62.,00 $ 750..0 $ 57.W.W E 1,073.00 S 18,241.00 $ 4]7.00 § 7,155.00 $ 40.00 $ .0.00 $ 19,]00.00 S 6500 5 1 +'950.00 mkc Concrete Box..- (72594'1 LF 76 1 6M.W E 59.02400 $ 8&766,00 S 859.00 1 4428440 $ 7... $ 53,200.00 mist w1. A4r YIMI W6 VF 17 3 62.00 $ 1,054.00 j$U2.W S 8,330.00 1 200.00 S 3,400.00 $ 275.. $ 4.875.00 •aa::utlr CY 15 $ 200.. E 4,200.00 $ 59.00 ; 1,180.0. $ 22,800.00 E 6,8401)0 5 215.. $ 4,125.00 _ -.. _- E 300.00 E 3,000.00 mlae A...... nn:I9aplace Grrsua„r: Fescn LF 20 3 125.. 3 $ 100.00 $ 2,000.00 Drainage Improvments Total $ 1,264,37040 E 1,393,492.0 $ 1,425,498,011 it 1,349,967.00 $ 1,290,400.00 Elb.1 & Westchester Or Traffic Signal 416 DMI SIWI CDF SIG POW) (24 IN) LF 11A $ 214.W $ 2,43990 3 250.. ¢ 11,300.00 $ 18.00 $ 3,582.00 5 30,00 f 7_,290,00 $ 27.00.E 8210,00 $ 255..0 $ 2,907..0 $ 179.00 $ 2,04060 $ 6,18120 S 158.W S 1,80120 $ 224.00 f 244.W $ 18.00 $ 62.00 $ 2,553.60 416 DO ShcftCn* SIG POIe)(30 IN) LF 452 $ 278.001 E 12,565,0 S 181,00 3 160.. 3 7,232,. f 11,03&80 5 3,582.00 $ 10,206.00 618 CONDT (WC)(SCX 00)(2') LF 199 3 17.001E 3,383.00 $ 14.30 E 2,886.60 S 12,393.00 $ 13.00 3 2,587.0 818 CONDT (PVCI(SCX 80)(2')(BOra) LE 243 E 48.011 E 11,178.00 $ 51,00 S 45.00' 3 10,935,00 818 CONDT (PVC)(SCH 80)(9') LF 230 E 33.001E r,5W..0 $ 18.00 $ 4,1411.. $ 16.00'$ 9990.M $ 30.00 $ 6,000.00 618 CONDT(PVC)(SCH 80)(3-) IS-) LF 486 S 39.OD. S 18,954,00 $ 49.00. $ 23,014,00 $ 0290 E $0.132.00 $ 55.00 $ 28,]30.00 S 42 -00 f 20,412 ,00 620 ELEC C.ducta(NO. 6) Be. LF 1158 b LBO 3 926.40 E RW 3 $316:00 $ 240 $ 2;316.0 3 LAS 3 1,855.94 $ 1.70 $ 1,988.60 620 ELEC Ca d do•INO.6)1- Iffied LF 10D $ 120 E 1204D $ 2.00 3 200,00 S 1.85 $ 185.00 $ 1 A f 143.00 $ Lao $ 19OOD 621 Trey CI,bk(3 COND) (12 AWG) LF 655 $ 1.10 $ 720.SD $ 2001 $ _ 1,310.00 S 2.00 $ 1,310.00 f 1A3''. 3 1,067.55 $ 19. $ 1.179,00 624 Ground Bar W D(162922) EA 4 S 1,06.0 $ 4,140.00 E 1,27].00 E 5,108.00 $ 7,590 0. 0.00 .. 00_ _ f 23,6..00 3 787.00 E 3.14LD0 $ 895.00 $ 2.7W.W S 1200.00 $ 4,Wo.0. 628 ac: SRV TY D 1 W1240060(NS)SS(E)GC(0) EA 1 S 5,949.00 $ 51949.00 $ 7,59D.00 0_000 _... _.. $ 23,011,00 S 5.510.00 E 5,510,0 $ 4.860A0 3 4,868.00 S 6,800.00 $ 6,000.00 680 I...l HWY ME SIG(kdalad) EA 1 S 29,747.00 .. . $ 29,747.00 S 26,18200 $ 26,182.00 $ 23,130.00. 3 23,130.00 $ 21.2W.W S 21,20D.OD 602 VEH SIG SEC ('2') LED(GRN) EA B $ 1T.. $ 1,368.00 f 282.00 $ 2,256.00 S 233.00 $ 11664.00 S 206.0' $ 1,648000 $ 240.00 $ 1,984,00 502 VEH SIG SEC ('2') LED(YEL) EA 8 $ 171,00 $ 1,360.00 $ 282.0015 2,256.00 $ 233.W $ 1,1164,W $ 208.00 3 1,648.00 S 248.00 S 1,984.00 602 VEX SIG SEC (12') LED (RFD) EA B Is 171.., $ 1,-.o0 $ 282.00 $ 2,256.00 $ 233.00 S 1,064.00 $ 206.00 $ 1648.00 6 24..00 § 1.984.00 682 PED SIG SEC (LED) EA 0 Is 3..00 $ 280.,00 S 748.001 E 5,9&1.00 $ 489.00 $ 3,912An S 432.00 $ 3,456.W $ 660.00 S 5,20D.00 682 Back Ptak wIREFL BRDR(3 SEC) ALUM EA L. 5 83.00 $ a... $ 132... $ 1,.6.00 $ 8,646.20 $ 104.Oo $ 832,W $ 92.00 $ 736.00 $ 125.00 $ 1,000.00 am TRF Sr. CBL(TY A) (14 AWG) (9CONDR) LF 2508 S 1.00 $ OAO $ 4,514.40 5 442AD $ 2851 s 230 $ 5,768.90 $ 245 $ 5,141A. E 2,50 $ 6,270.00 am TRF SIG CBL(TY A) (16 AWG) (3CONDR) LF 1106 S 1.20$ 1.W..2. $ 1,20 $ 1,32720 S 1.02 f 11128.12 $ 1.30 $ 1,437.80 885 Remove RDSD Fkh Beacon M-Wy FA 2 S 1.428.W 3 2,856.. 3 21.538.0 $_ 9200. E 1,0 . $ 1,304.. $ 2,808.0 $ 1,152.00 8 2,304.00. $ 82500 $ 1,6..00 686 INS TRF SIG PL AM(S)1 ARM (2V) LUM EA 2 $ 10,769.00 $_9,315.. § 18,800.00 $ 1(1,551.00 E 21,102.00 $ 9,3211W $ 18,842 .00 E 8200.._$ 15,4..00 606 INS ME SIG PL AM(Si1 ARM (M LUN EA 2 1 11913.00 3 23,226.00 3 988,00 $ 10,235.001$ $ 1,093.W 20,470.. f 2,186,00 $ 11,283,00 It 22,586.00 It 9,900.. $ 19,936.0. E 9,150.00 18 .3m.o0 607 em Pak Aasamay EA 2 9 494.00 $ 615.00 $ 1,230,00 it 543.00 $ 10086.00 _$ $ 980.0 E 1,92000 608 PED Dnect P. h- IAP5i EA B S 577.00 3 4,616,00 $ 886.00 5 7,080.00 S 748.00 $ 5,958.0,4 3 859.W 3 8272. E MO.. $ a,400.00 608 Pr'A 0- Calsep9r. W EA 1 !____3,123.00 3 3,123.00 E 3,68D.00 1 S 3,830,00 $ 3,090.00 3 3,090,0 $ 2,7W.W $ 2.730.W $ 3,300,00 S 3,300.00 6058 ale: Aw-l*F -060 0a0xm1 EA 1 1 7,139.00 3 7,139.00 E 7,475.00 5 7,475,00 $ 7.625.. $ 7,625,0 ; 6,73SA0 $ 81736.0 $ 8,800.. $ 8,8..00 mist a�MFi6n4•ja Oaken 519xen EA 1 S 25,285.00 $ 25,285.00 S 21,1..001E 21,150.00 E 26.32200 $ 26.323.00 3 23,253.00 S 23253.. $ 18.B..W $ 18,8..OD mlae 'reM4TY1ID459Mx C" LF 103 3 0.00 § 61 AD $ 7.00 $ 103.0 1 230 $ 238,90 f 243. S 2..09 $ 1.. $ 103.0. mist OPB ra4,e Cb} EA 2 $ 672.00 3 1,344.00 $ 4,4B2DD $ 121.00 $ 242.00 4 86200 $ 1,321.00 $ 385000 S 1,170.00 3 125.. S 230.00 raise [ruegaesy0m�tln� 0- 5ada>o EA 1 $ 4,462.00 $ 5,06D.. S 5.WD.00 S 4,414.00 E 4,414.M $ 3,900.. $ 3,8... f 4,7011.. $ 4,]..00 mkc Cn rxy pr oc waa. DAaehx EA 1 S 984.00 S 984,00 E 1,173.. f 1,173.00 S 4,58].00 E 4,58].00 $ 4,053.00 S 4,053.00 f 1,000.00 $ 1,0,4,4.00 .I.. E0 � i1�!01Ia 4Mwa [Hesrtiv CNJ. LF ]tl3 S 0.70 $ 692.10 E 250! S 1,15/,50 $ 240 $ 1,88720 $ 2.11 E 1.483331$ 2.011 S 1,68720 Tt.Mc Si -I Tclel S 199,99820 $ 214,297.60 $ 218,615A0 $ 192,789.]3 $ 181,990.00 Project Total 1 11 2,983,24330 1 S 2,162,994.95 1 $ 4191,21324' 1 11 1,964,792.03 1 5 1,964,931.00 LOW Bidder Verlgeallon RL J- I Awmge Unh Mee I L-.. urn. In. Bid 1 Engimer PI'e tJrla lBp. 17'a7, hem No. ihemmacnipti UNIT Duaidhy UrRPrlee Cest I Unit Prlu I %Dfflj Ur6t Prlu I DID I Unh Prke %DID C.-I. 664 Precast Inlet Poser mtu Canemte Collar mRe Remove znd Repbce OmamenW Fence 1502 Mobi inSon LS 1 $ _75,000.00 $ 75,00000 $ 154,77860 -52% $ 75,000,00 0% $ 131,839,92 -03% Less than 50% of average unit price 1410 TPDES Stain: Water Pollution Prevention Plan LS 1 $ 2,500.00 $ 2,500.00 $ 8,406.50 -70% S 1,725.00 45% S 35,955.34 -03% Less than 50% of average unit price 1555 Tmfic Conuol and Re9ulefi. LS 1 $ 30,000.00 $ 30,00000 $ 59,375.70 49% S 18,000.00 67% $ 35,966.34 -17% Less than average and large percentage of total project cost 1570 Stain Water Pollution CwVd LS 1 $ 1,500.00 $ 1,60000 $ 16,383.60 -91% $ 1,500.00 0A S 35,956.34 -96% Less than 50% of average unit price 2221 Remove Canada Curb LF 68 $ 1.00 $ 68.00.,$ 8.66 -88% S 1.00 0% $ 5.00 ao% Less than 50% of average unit p rice 2221 Remove Concrete Curb and Gutter LF 694 $ 1.00 $ 694.00 $ 5.22 -81% $ 1.00 0% $ &00 48% :Less than 50% of avers eunit price 2221 Remora Cancrale Sidewdk aM Dn rp BY 276 $ 2.70 $ 750.60 $ 15.24 -82% $ 2.70 0% $ 11.00 -75% Lessthen50%Ofaverageunit ri 2221 Asphalt Surface TWlde Welt .193(7 ) (Both Sides SV 5607 5 2.25 $ 12,675.75 $ 5.02 -55% $ 215 0% $ 4.00 -44% Less than 50% Of average unit p rice 2747 A hall Cancrde PevemenlT 0 Level TN 171 $ 95.00 $ 16,245.00 $ 112AO -15% $ 59.00 61% $ 125.00 -24% Within Reason 2741 Amhak Concrete Pavemenl T -D IT) TN 1688 S 75.00 1 $ 126.600.00 S 89.60 .16% $ 69.00 9% 5 125.00 -00% Within Reason Cnel 2633 2533 Precast Intel Edenelon (Canplets) (17) Pretest Junction Boa 15•x51 2633 P-mb, JuKlon &u IFa6I 2633 PI'e tJrla lBp. 17'a7, 2633 IP-1 J.r mBas 17n91 2741 AWhet C.nceW Pa,eme01T DBi mlae Caw��leBd Cuuwr 12"44^1 664 Precast Inlet Poser mtu Canemte Collar mRe Remove znd Repbce OmamenW Fence BBB Drainage Impro3 687 415 Drill Shaft (TRF SIG Pde) (241N) 41 6 DHII Shaft (TRF SIG Pole) (301N) 618 CONDT(PVCI(SCH80)(2') 828 680 ELC SRV TV D 120I2400B0(NS SSIEIG Ins63B HI TPF SIG(I.ated) 682 - VEHSIG SEC(12')LED(GRN) 682 682 VEHSIG SEC(12•)LED(YEL) VEH SIG SEC (12'1 LED {REDI 682 PED SIG SEC (LED)(Coumdavn) 682 Back PM. W/REFL BRDR 4 SECT ALUh 684 TRF SIG CSL(TY A) (14 AWG)(9COND 664 TRF SIG CBL(TY A) (16 AWG) (3COND 685 Remote RDSD Flesh Beaam Assembly 686 INS TRF SIG PL AM(S)1 ARM (28) WM BBB IN TRFSIGPLAMS)1ARM 32')LUM 687 PED POIe ASsenbly _ fiB8 PED Detect Push Bultu (APB) M Riaemp o+Fnaee Detega E -gency PrveryRv. Z. E etach Cebb T.M. Signal T �aE EA 1 S 6.500.00 S 6.500.00 EA 4 $ 7,700.00 $ 30,800.00 EA 1 $ 12,500.00 8 12,600,00 EA 1 $ 25.000.00 1 25.000.00 TN 230 $ 65,00 $ 14,950.00 LF 76 S 859.(0 $ 65,28400 VF 17 $ 260,0] $ 3,400.00 CY 15 $ Moo $ 4,125.00 LF 20 S 125;0W S 2,500.00 S 1,349,967.00 LF 11 $ 158.00., $ 1,80110 LF 45 $ 160.001 $ 7,23200 LF 199 $ 13.00 $ LF 243 $ 45.00 10,2,587.00 $ 935.00 LF 230 $ 16.00 $ 3,680.00 LF 485 $ 55.00 $ 26.73000 LF 1158 $ 1.43 $ 1,665.94 LF j 100 S 1.43 $ 14300 LF 655 $ 1.63 $ 1,067.65 EA 4 $ 695.00 $ 2,780.00 EA FA 1 1 $ 4,865.00 $ 23,130.00 $ 4,86800 $ 23,130.00 FA B S 206.00 S 1,648.00 EA B $ 208,00 $ 1,64800 FA B $ 206.00 $ 1,648.00 F1 B $ 432.00 $ 3.458.00 $ 7201 42% $ 1.00 75% $ 160.00 0% $ 16.00 259% $ 18.00 67%. $ 65.00 0% $ 20.001 1751A Reason Reason Reason M% Within Reason -77% Within Reason 381A Within Reason 54% Within Reason 45% Within Reason 4% Within Reason _6% 'Within Reason 365% Within Reason 59% Within Reason Wlrhl - Au wry WnAU1Reusan 464% s han 50% ae Ih4n %Flt 219% j wit *in Realm �E E �E E E E �E �E E �E� ®E Reason Reason Reason M% Within Reason -77% Within Reason 381A Within Reason 54% Within Reason 45% Within Reason 4% Within Reason _6% 'Within Reason 365% Within Reason 59% Within Reason Wlrhl - Au wry WnAU1Reusan 464% s han 50% ae Ih4n %Flt 219% j wit *in Realm CQniuc" L I W' I'ZPS Calling a Contactor's references ,,(( i M ��L • ,-.9,S L has listed the /44-'1 Or ''""'" ` as a reference on a recent bid (Contractor's name)_ (Referenced project name /owner) proposal. May I ask a few questions about the project /Contractor? 1. What kind of work did (Contractor's name) perform for (referenced project name)? 51cv MSwr Cx�ehs 2. How was the project awarded? (Low bidder, qualified bidder, other) t'o� 3. Was the project completed on time? If not, why? Y/- 5 4. Was the project competed on or under budget? If not, why? Were the increases considered reasonable? � �raJw ,S -40 1� 5. Did the completed project meet expectations? �'-- S 6. Would _ (Contractor's name) be accepted by the client for another project? y-e s Calling a Contactor's references rY A. , K•L., 14,S LP has listed the (1 fYV /h � IR � 5 as a reference on a recent bid (Contractor's name)_ (Referenced project name /owner) proposal. May I ask a few questions about the project /Contractor? 1. What kind of work did (Contractor's name) perform for (referenced project name)? but l'�' .�N`P�PiT r`e (A✓tS'N , ,�- 2. How was the project awarded? (Low bidder, qualified bidder, other) logs� 3. Was the project completed on time? If not, why? Yes 4. Was the project competed on or under budget? If not, why? Were the increases considered reasonable? / „ „ e aKcl'j� uAoo�r u); �k 9 5. Did the completed project meet expectations? y -(5 6. Would (Contractor's nab be accepted by the client for another project? G-t,eA+ ' , GO 0 f; J � �anfiu ktd X/44-et l r \C 6N,TT' 44-� w i TAI Calling a Contactor's references AL— ' �Y S /._.P has listed the V446 4h C-&1f& 4&)W as a reference on a recent bid (Contractors name)_ (Referenced project name /Owner) proposal. May I ask a few questions about the project /Contractor? 1. What kind of work did (Contractor's name) p rform for (referenced project name)? S�1y.e4, Wakr, S'W ter' 2. How was the project awarded? (Low bidder, qualified bidder, other) 9 va1 -- ; LrA Camf 5 e d i on 3 FYI /`S Al- 34 3. Was the project completed on time? f Ifnot, why? V1©� �U� � TO C" a l�SS1�GS, _5 Wcis 4. Was the project competed on or under budget? If not, why? Were the increases considered f - . reasonable? D VI� 1 6 Vf OJA� �-ol 'L� ; SS t/'C S� SSA-4 O c oQ-"'rS . 5. Did the completed project meet expectations? �C- -5 6. Would (Contractor's name) be accepted by the client for another project? y5 ) v J Won �Or v�ec cJ pr C c AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) THIS AGREEMENT is by and between City of Schertz R.L. Jones LP Owner and Contractor hereby agree as follows: ARTICLE 1— WORK ( "Owner ") and ( "Contractor") 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: ARTICLE 2 — THE PROJECT 2.01 The Project, of which the Work under the Contract Documents is a part, is generally described as follows: Elbel Storm Drain and Overlay ARTICLE 3 — ENGINEER 3.01 The part of the Project that pertains to the Work has been designed by Eord Engineering, In 3.02 The Owner has retained the City of Schertz Engineering Department' ( "Engineer ") to act as Owner's representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 — CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. Contract Times: Days B. The Work is expected to be substantially completed within 240 calendar days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions, and completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 46 calendar days after the date of substantial completion. 4.02 Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer financial and other losses if the Work is not completed and Milestones not achieved within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with the Contract. The Contractor acknowledges and recognizes that the Owner is entitled to full and beneficial occupancy and use of the completed work following expiration of the Contract Time. The Contractor further acknowledges and agrees that, if the Contractor fails to substantially, or cause the Substantial Completion of any portion of the Work within the Contract time, the Owner will sustain actual damages as a result of such failure. The exact amount of such damages will Page A -1 of 8 be difficult to ascertain. Therefore, the Owner and Contractor agree that, if the Contractor shall neglect, fail, or refuse to achieve substantial completion of the Work by the Substantial Completion date, subject to proper extension granted by the Owner, then the Contractor agrees to pay the Owner the sum of: 1. Six hundred dollars ($600.00) per day for each day in which such Work is not completed, not as penalty, but as liquidated damages, for the damages ( "Liquidated Damages ") that would be suffered by Owner as a result of delay for each and every calendar day that the Contractor shall have failed to have completed the Work as required herein. The Liquidated Damages shall be in lieu of any and all other damages which may be incurred by Owner as a result of the failure of Contractor to complete within the Contract Time. ARTICLE 5 — CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents the amounts that follow, subject to adjustment under the Contract: A. For all Unit Price Work, an amount equal to the sum of the extended prices (established for each separately identified item of Unit Price Work by multiplying the unit price times the actual quantity of that item): Road Mill and Overlay ITEM DESCRIPTION UNIT Estimated Quantity Bid Unit Price Bid Price 01502 Mobilization LS 1 $75,000.00 $75,000.00 01410 TPDES -Storm Water Pollution Prevention Plan LS 1 $2,500.00 $2,500.00 01555 Traffic Control and Regulation LS 1 $30,000.00 $30,000.00 01570 Storm Water Pollution Control LS 1 $1,500.00 $1,500.00 02221 Remove Concrete Curb LF 68 $1.00 $68.00 02221 Remove Concrete Curb and Gutter LF 694 $1.00 $694.00 02221 Remove Concrete Sidewalk and Driveway SY 278 $2.70 $750.60 02221 Asphalt Surface 7' Wide Wedge Mill (2 ") (Both Sides SY 5,607 $2.25 $12,615.75 02741 Asphalt Concrete Pavement Type D (Level Up) TN 171 $95.00 $16,245.00 02741 Asphalt Concrete Pavement Type D (2 ") TN 1,688 $75.00 $126,600.00 02743 Tack Coat GAL 756 $3.25 $2,457.00 02764 Raised Reflective Pavement Marking Type I one reflective face EA 162 $6.00 $972.00 02764 Raised Reflective Pavement Marking Type II two reflective face EA 162 $6.00 $972.00 02767 Thermoplastic Pavement Markings (White) (4 ") LF 1,312 $1.75 $2,296.00 02767 Thermoplastic Pavement Markings (White) (12 ") LF 40 $5.25 $210.00 02767 Thermoplastic Pavement Markings (White) (24 ") LF 371 $10.20 $3,784.20 02767 Thermoplastic Pavement Markings (Yellow) (4 ") LF 4,769 $1.75 $8,345.75 02767 Thermoplastic Pavement Symbols (Arrow) EA 2 $180.00 $360.00 02771 Concrete Curb LF 46 $20.00 $920.00 02771 Concrete Curb and Gutter LF 476 $30.00 $14,280.00 02775 Concrete Sidewalk SY 232 $65.00 $15,080.00 02911 Topsoil CY 34 $55.00 $1,870.00 02922 Sodding SY 299 $15.00 $4,485.00 Mill & Overlay Subtotal $322,005.30 Page A -2 of 8 Drainage Improvements ITEM DESCRIPTION UNIT Estimated Bid Unit Quantity Price Bid Price 02260 Trench Safety System LF 2,380 $8.00 $19,040.00 02320 Flowable Fill CY 2,104 $215.00 $452,360.00 02320 Secondary Fill CY 27 $25.00 $675.00 02631 Storm Sewer (RCP) (24 ") LF 409 $105.00 $42,495.00 02631 Storm Sewer (RCP) (36 ") LF 571 $213.00 $121,623.00 02631 Storm Sewer (RCP) (48 ") LF 1,323 $305.00 $403,515.00 02633 Precast Inlet (Complete) (10' Type C - Reverse) EA 2 $10,5_00.00 $21,000.00 026337 Precast Inlet (Complete) (10' Type C) EA 9 $9,500.00 $85,500.00 02633 Precast Inlet Extension (Complete) (10') EA 9 $4,250.00 $38,250.00 02633 Precast Junction Box (5'x5') EA 1 $6,500.00 $6,500_.00 02633 Precast Junction Box (6'x6') EA 4 $7,700.00 $30,800.00 02633 Precast Junction Box (7'x7') EA 1 $12,500.00 $12,500.00 02633 Precast Junction Box (9'x9') EA 1 $25,000.00 $25,000.00 02471 Asphalt Concrete Pavement Type D (3" ) TN 230 $65.00 $14,650.00 Misc Concrete Box Culvert (72 "x24 ") LF 76 $859.00 $65,284.00 Misc Precast Inlet Riser VF 17 $200.00 $3,400.00 Misc Concrete Collar CY 15 $275.00 $4,125.00 Misc Remove and Replace Ornamental Fence LF 20 $125.00 $2,500.00 Drainage Improvements Subtotal $1,349,967.00 Elbel & Westchester Dr Traffic Signal ITEM DESCRIPTION UNIT Estimated Quantity Bid Unit Price Bid Price 416 Drill Shaft (TRF SIG Pole) (24 IN) LF 11.4 $158.00 $1801.20 416 Drill Shaft (TRF SIG Pole) (30 IN) LF 45.2 $160.00 $7,232.00 618 CONDT (PVC) (SCH 80) (2 ") LF 199 $13.00 $2,587.00 618 CONDT (PVC) (SCH 80) (2 ") (Bore) LF 243 $45.00 $10,935.00 618 CONDT (PVC) (SCH 80) (3 ") LF 230 $16.00 $3,680.00 618 CONDT (PVC) (SCH 80) (3 ") (Bore) LF 486 $55.00 $26,730.00 620 ELEC Conductor (NO. 6) Bare LF 1,158 $1.43 $1,655.94 620 ELEC Conductor (NO. 6) Insulated LF 100 $1.43 $143.00 621 Tray Cable (3 COND) (12 AWG) LF 655 $1.63 $1,067.55 624 Ground Box TY D (162922) EA 4 $695.00 $2,780.00 628 ELC SRV TY D 120/240 060(NS)SS(E)GC(0) EA 1 $4,686.00 $4,868.00 680 Install HWY TRF SIG (isolated) EA 1 $23,130.00 $23,130.00 682 VEH SIG SEC (12 ") LED (GRN) EA 8 $206.00 $1,648.00 682 VEH SIG SEC (12 ") LED (YEL) EA 8 $206.00 $1,648.00 682 VEH SIG SEC (12 ") LED (RED) EA 8 $206.00 $1,648.00 682 PED SIG SEC (LED) (Countdown) EA 8 $432.00 $3,456.00 682 Back Plate w /REFL BRDR (3 SEC) ALUM EA 8 $92.00 $736.00 684 TRF SIG CBL (TY A) (14 AWG) (9CONDR) LF 2,508 $2.05 $5,141.40 684 TRF SIG CBL (TY A) (16 AWG) (3CONDR) LF 1,106 $1.02 $1,128.12 685 Remove RDSD Flash Beacon Assembly EA 2 $1,152.00 $2,304.00 686 INS TRF SIG PL AM(S)1 ARM (28') LUM EA 2 $9,321.00 $18,642.00 686 INS TRF SIG PL AM(S)1 ARM (32') LUM EA 2 $9,986.00 $19,936.00 687 PED Pole Assembly EA 2 $543.00 $1,086.00 688 PED Detect Push Button (APS) EA 8 $659.00 $5,272.00 688 PED Detector Controller Unit EA 1 $2,730.00 $2,730.00 Page A -3 of 8 6058 BBU System (External Batt Cabinet) EA 1 $6,736.00 $6,376.00 Misc Gridsmart Fisheye Detection System EA 1 $23,253.00 $23,253.00 Misc Gridsmart Fisheye Cable LF 103 $2.03 $209.00 Misc GPS Time Clock EA 2 $585.00 $1,170.00 Misc Emergency Preemption Phase Selector EA 1 $3,900.00 $3,900.00 Misc Emergency Preemption Phase Detector EA 1 $4,053.00 $4,053.00 Misc Emergency Preemption Phase Detector Cable_ LF 703 $2.11 $1,483.33 Traffic Signal Subtotal $192,789.73 Project Total $1,864,762.03 The extended prices for Unit Price Work set forth as of the Effective Date of the Contract are based on estimated quantities. As provided in Paragraph 13.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer. ARTICLE 6 — PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.02 Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment on or about the 30th' day of each month during performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such Applications for Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract. All such payments will be measured by the Schedule of Values established as provided in the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no Schedule of Values, as provided elsewhere in the Contract. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may withhold, including but not limited to liquidated damages, in accordance with the Contract a. 951 percent of Work completed (with the balance being retainage); and b. 95; percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). B. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to the full amount of the contract, less such amounts set off by Owner pursuant to Paragraph 15.01.E of the General Conditions, and less such amounts as the Engineer shall determine for incomplete Work, retainage applicable to such work and unsettled claims. 6.03 Final Payment A. Upon final completion and acceptance of the Work in accordance with Paragraph 15.06 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 15.06. Page A-4 of 8 ARTICLE 7 — INTEREST 7.01 All amounts not paid when due shall bear interest at the maximum rate allowed by law, not to exceed 1% per month. ARTICLE 8 — CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Contract, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents, and any data and reference items identified in the Contract Documents. B. Contractor has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Contractor has considered the information known to Contractor itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and the Site - related reports and drawings identified in the Contract Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and (3) Contractor's safety precautions and programs. F. Based on the information and observations referred to in the preceding paragraph, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. J. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Page A -5 of 8 ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages A -1 to &-7, inclusive). 2. Performance bond (pages IP13-1; to 013-4, inclusive). 3. Payment bond (pages 'Pi YB -I, to O Bj inclusive). 4. General Conditions consisting of V! pages of a modified version of EJCDC C -700, having a title page with the general title: STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT. 5. Supplementary Conditions (pages S to C =3, inclusive). 6. Specifications as listed in the table of contents of the Project Manual. 7. Drawings (not attached but incorporated by reference) consisting of 74 sheets with each sheet bearing the following general title: Elbel Storm Drain Extension and Overlay. 8. Addenda (numbers. 1 to 1 , inclusive). 9. Exhibits to this Agreement (enumerated as follows): a. Contractor's Bid (pages �F-1 to §f.-6 inclusive). 10. The following which may be delivered or issued on or after the Effective Date of the Contract and are not attached hereto: a. Notice to Proceed. b. Work Change Directives. c. Change Orders. d. Field Orders. B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in the General Conditions. ARTICLE 10 — MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. Unless expressly agreed to elsewhere in the Contract, no assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, money that may become due and money that is due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited Page A -6 of 8 by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its successors, assigns, and legal representatives to the other party hereto, its successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process or in the Contract execution; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non - competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non - competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 10.06 Other Provisions A. Owner stipulates that if the General Conditions that are made a part of this Contract are based on EJCDC® C -700, Standard General Conditions for the Construction Contract, published by the Engineers Joint Contract Documents Committee ®, and if Owner is the party that has furnished said General Conditions, then Owner has plainly shown all modifications to the standard wording of such published document to the Contractor, through a process such as highlighting or "track changes" (redline /strikeout), or in the Supplementary Conditions. Page A -7 of 8 IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. This Agreement will be effective on (which is the Effective Date of the Contract). OWNER: CONTRACTOR: By: Dr. Mark Browne By: Title: City Manager Title: (if Contractor is a corporation, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: Title: Address for giving notices: City of Schertz 1400 Schertz Parkway Schertz, TX 78154 Attest: Title: Address for giving notices: R. L. Jones LP 18946 Redland Rd San Antonio, TX 78259 License No.: (where applicable) (if Owner is a corporation, attach evidence of authority to sign. If Owner is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of this Agreement.) Page A -8 of 8