Loading...
Contract - Fazzone Construction - 9/11/2014 I r 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 th( 4i 4. ( y of jA k.(/ in the year 20.. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Fazzone Construction Co.,Inc, ("Contractor") 1302 West Blanco Rd. San Antonio,TX 78232 The Project is described as: Kensington Repairs: Removal of existing damaged trail material,installation of concrete flatwork between existing cone.ribbon curbs I The Engineer is: City Of Round Rock I For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby Iacknowledged,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 11 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 8. 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 7-2010 Page 1 of 5 Standard Form of Agreement 00196575 �' �� r 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. P3.3 Contractor shall commence Work within TEN (10 ) calendar days from the date delineated in the Notice to Proceed. 3.4 -and Contractor shall achieve Substantial Completion of the entire Work no later than FORTY (40 )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 bef re e date(s) specified for Substantial Completion in the Agreement, Contractor shall pay to Owner, as liq 'dated ' damages,the sum of TWO HUNDRED FIFTY DOLLARS and No/h QO Dollars($250.00 )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 halm 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 THIRTY (30 )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 Seventy Seven Thousand,Five Hundred Ninety Nine Dollars and 07/100 ($77,599.07 ),subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates which are described in the Contract Documents and are hereby accepted by Owner: PLAN SET PROJECT MANUAL I I Page 2 of 5 I I I ARTICLE 5 PAYMENTS II5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for I 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 I",� the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a I 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. I 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 I 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. I 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 Icomputed 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. I 5.2 FINAL PAYMENT I 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 IWork,and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer. I 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 I 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 TERMLNATION OR SUSPENSION I6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. I Page 3 of 5 I I I 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary, Special, and other Conditions of the Contract are those contained in the Project Manual dated FEBRUARY 4,2014 7.1.4 The Specifications are those contained in the Project Manual dated FEBRUARY 4,2014 7.1.5 The Drawings,if any,are those contained in the Project Manual dated FEBRUARY 4,2014 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated FEBRUARY 4,2014 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated FEBRUARY 4,2014 7.1.8 If this Agreement covers construction involving federal fluids, 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. I7.1.9 Other documents,if any,forming part of the Contract Documents are as follows: 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: Aileen Dryden Park Development Specialist 512-341-3375 adryden(aroun drocktexas.gov 8.3 Contractor's representative is: Paul Whetstone Project Manager 512.331.4484 Ext.324 paulnfazzoneconstruction.com 8.4Neither Owner's nor Contractor's representative shall be changed without ten(10) days' written notice to the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. Page 4 of 5 I I I I 8.6 Owner agrees to pay Contractor from available fluids 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 Ithe extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner, both parties hereto expressly agree and assert that, in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly, and Ineither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock,Texas,and if legal action is necessary by either party with respect to the enforcement of any or all of the teens or conditions herein,exclusive venue for same shall lie in P Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. P8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. I 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. I This Agreement is entered into as of the day and year fust written above and is executed in at least three(3) original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the Contract,and the remainder to Owner. IOWNER CONTRACTOR .1 CITY U\D ROC TEXAS FAZZidNE CONSTRUCTION CO.,INC. I ,, ,, ,,,,, ... - . . Printed Name: ►/l'WAVY. I 11/L'��- �IAN'/ Printed Name: :]_ _ 0 Title tvUVY. Title: PRESIDENT Date Signed: b 2 ' 16 Date Signed: I ATTEST: i I E5144,\Ar-i (.1&646 City Seeretary IFOR ►I ,APP OVED • S TO FORM: 1104.'711YA , ICity Aft I)ney y I Page 5 of 5 I I I I I 111 Bond#106124983 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Fazzone Construction Co., Inc. of the City of San Antonio County of Bexar , and State of Texas , as Principal, and TA,ez,aasualty and Surety 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 Seventy Seven Thousand Five Hundred Ninety Nine&07/100Dollars ($ 77,599.07 ) 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 "Y day of SeFtefribeTdIAva.._ ,201510 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: Kensington Greenbelt Storm Repair Project .Mame 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 t 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. I Page 1 00610 7-2009 Performance Bond 00090656 I I I PERFORMANCE BOND(continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, Specifications,or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement,or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of Se;-tember , 2014 . Fazzone Construction Co.,Inc. Travelers Casualty and Surety Company of America Principal Surety Joe Fazzon j j Linda K Edwards Printed N4 / Printed Name 1 By: _. B _ r` l irk Title: P stdent Title: Attorney-in-Fact Address: 1302 4-st Blanco Rd. San Antonio,TX 78232 Address: 9601 McAllister Freeway,#900 San Antonio,TX 78216 Resident Agent of Surety: Signature Robert C Fricke Printed Name 7600B N Capital of TX H pry#200 Street Address Austin,TX 78731 City, State& Zip Code I I I Page 2 00610 7-2009 Performance'Bond 00090656 I I I Bond#106124983 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Fazzone Construction Co.,Inc. , of the City of San Antonio Countyof Bexar DraTerlcrs Casualty and Surety Company Be__r , and State of Texas . as Principal, and of.A,„eT,. _ 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 Seventy Seven Thousand, Five Hundred Ninety Nine Dollars and 07 100 Dollars ($ 77,599.07 ) 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 41- day of Se fetnbcr 11(46, , 20_15, 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: Kensington Greenbelt Storm Repair Project _ (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 Page 1 00620 7-2009 Payment Bond 00090656 I I I I IPAYMENT BOND(continued) I 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 I 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 Ithis _day of September_ ,2014 . I Fazzone Construction Co.,Inc. Travelers Casualty and Surety Company of America Principal Surety Joe Fazzone 4 Linda K Edwards Printed N. e ilif Printed Name By: 4 ■ B . " i. Title: ' sident Title: Attorney-in-Fact _ IAddres 1302 st Blanco Rd. Address: 9601 McAllister Freewa,,#900 San Antonio,TX 78232 San Antonio,TX 78216 IResident Agent of Surety: zi/ , ISignature _Robert C Fricke Printed Name I7600B N Ca pita!of TX Hwy#200 Street Address Austin,TX 78731 I I1 I I Page 2 I00620 7-2009 PaymentBond I 1 Client#:4518 FAZCO ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 9/10/2014 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 policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONCT Marsha Trasp #134 Insurepointe of Texas,Inc. PHONE TAFAx 2909 Hillcroft Ste#600 (AN o,Ext):713 964-0022 (NC,No): 713 964 0044 Houston,TX 77057 ADDREss: mtrasp@insurepointe.com INSURER(S)AFFORDING COVERAGE NAIC# 713 964-0022 INSURER A:Allied Property&Casualty Ins 42579 I INSURED INSURER B:Texas Mutual Insurance Company 22945 Fazzone Construction Company, Inc. INSURER C: 1302 W. Blanco INSURER D: 111 San Antonio,TX 78232 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 P INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSR WVO POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS • A GENERAL LIABILITY ACP7216242501 07/26/2014 07/26/2015 EACH OCCURRENCEEp EMISE PR $1,000,000 X COMMERCIAL GENERAL LIABILITY S(Ea occur°noe) $50,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 IX Bl/PD Ded:1,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'LAGGREGATELIMIT APPLIESPER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY X PRO• LOC $ LETT A AUTOMOBILE LIABILITY BAPD7216242501 07/26/2014 07/26/2015 COMBINED SINGLE LIMIT • (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Peraccident $ AUTOS AUTOS ) IA HIRED AUTOS X N -OWNED PROPERTY DAMAGE AUTONOS (Per accident) $ A X UMBRELLA LIAB X OCCUR CAD721624501 07/26/2014 07/26/2015 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 IDED X RETENTION$10000 $ B WORKERS COMPENSATION SBP0001120588 07/26/2014 07/26/2015 X WC STA - OTH- AND EMPLOYERS'LIABILITY Y/NANY TORY LITUMITS ER OFFICER/MEMBER EXCLUDED?ECUTIVE Y N/A E.L.EACH ACCIDENT $1,000,000 I (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below A Contr Equipment ACP7216242501 07/26/2014 07/26/2015 $305,999 Schedule Items Rent/Lease Equip. $100,000 Maximum Loss IDESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Certificate Holder City of Round Rock,General Liability and Automobile policy includes a blanket automatic Iadditional insured endorsement that provides additional insured status to the certificate holder when there is a written contract between the named insured and the certificate holder that requires such status.The General Liability,Workers Compensation and Automobile policies include a blanket automatic waiver of subrogation endorsement that provides this feature when there is a written contract between the named I (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City Manager SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 221 E.Main Street NRound Rock,TX 78664 AUTHORIZED REPRESENTATIVE I C?/19813:2(10 ACORD CORPORATION.All rights reserved. hi ACORD 25(2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #5284888/M278522 MXT THE CITY OF ROUND ROCK PARKS&RECREATION DEPARTMENT BIDS EXTENDED AND CHECKED 301 West Bagdad BY: AFD Round Rock, Texas. 78664 DATE: 2/20/2014 (512)218-5540 BID TAB ULA TION SHEET OF 1 OF I CONTRACT: Kensington Greenbelt Storm Repair Project LOCATION: PARD Conference Room FAZZONE WESTAR MEYERS SMITH DATE 2/20/14 Bid Bond? Bid Bond? Bid Bond? Bid Bond? APPROX UNIT UNIT UNIT UNIT ITEM UNIT QTY. PRICE COST PRICE COST PRICE COST PRICE COST 1-Mobilization L.S. 1 $3,938.00 $3,938.00 $6,900.00 $6,900.00 $13,881.00 $13,881.00 $3,400.00 $3,400.00 2-Stabilized Const.Entrance E.A. 2 $1,312.50 $2,625.00 $1,200.00 $2,400.00 $1,973.00 $3,946.00 $1,200.00 $2,400.00 3-Erosion Control Silt Fence L.F. 3500 $1.88 $6,580.00 $2.00 $7,000.00 $3.84 $13,440.00 $3.00 $10,500.00 4-Inlet Protection L.S. 1 $188.00 $188.00 $250.00 $250.00 $1,038.00 $1,038.00 $100.00 $100.00 5-Temp.Conc.Washout Area E.A. 1 $950.00 $950.00 $1,100.00 $1,100.00 $935.00 $935.00 $900.00 $900.00 6-Demoliton per plan L.S. 1 $10,000.00 $10,000.00 $4,000.00 $4,000.00 $16,400.00 $16,400.00 $4,000.00 $4,000.00 7-Concrete Trail Replacement S.F. 16100 $3.04 $48,944.00 $5.00 $80,500.00 $5.12 $82,432.00 $5.00 $80,500.00 8-Reveg L.S. 1 $4,375.00 $4,375.00 $4,000.00 $4,000.00 $8,127.00 $8,127.00 $2,000.00 $2,000.00 TOTAL BASE BID: $77,600.00 $106,150.00 $140,199.00 $103,800.00 I bidtab/bidtab fA72M C.173.151vgi BID FORM JOB NAME: Kensington Greenbelt Storm Repair Project JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas DATE: February 2014 Ladies and Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the construction of Kensington Greenbelt Storm Repair Project and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: The Owner reserves the right to award any combination of bid items in the Base Bid. BASE BID Bid Approx. Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 1. 1 L.S. Mobilization, complete in place er p .n, for f cell' '1 `r�y ' and ��i cents. $3613P. $ Page 1 00300 7-2009 Bid Form 00090653 Bid Approx. Item Description Unit Item Quantity Unit and Written Unit Price Price Amount 2. 2 E.A. Stabilized Construction Entrance/Exit, (installation and removal) complete in place per plan��f-.� .�_ �d for urt> 61 5p and 'Ay- cents. $l Z� $ 2. 625 1 3. 3,500 L.F. Erosion Control Silt Fence, complete in place per plan, for�?iA\,-. tr_ and p...../5,r_ cents. $ $ {.)5.---63 4. 1 L.S. Inlet Protection, complete in place er plan,/4_ for N..- � '�"t i and �/x-- cents. $ in $ /2 5. 1 EA. Temporary Concrete Washout Area, comple - in.lace pe plan, for LA. r._ ! z Q ry > 's .---{� and /n,-- ce . $ "1 SO $ 'qS(7 6. 1 L.S. Demolition & haul off of damaged trail, landscape fabric, com Tete in placeper plan, forte•-Zifq oliars i and 61)/),,,,-- cents. $ l bI b at $ 10) t 7. 16,100 S.F. Concrete Trail Replacement per detail complete ;ape per pl , �,,,,,� for E.. Sic �l �I or_ and v,:../k, cents. $ 3 $ `fri`1 74-- 8. 1 L.S. Re-vegetation using Bermuda hydroseed of all disturbed areas, complete in place, per plarh for av1,1,B 11. � z and ,,,,o fk,, cents. $ L[3-74:- $ 43 7 5. Page 2 00300 7-2009 Bid Form 00090653 V�fti ���+ ' �"� �^'� .`y?�%K.r9�,�.� �,'�„e:.,,> 3?+r a. .xq- � t .� 'c# r..` � .'? Xe�eu ""� :� r'2' t�Ct 1.�- .. ��£!n v"eV :§ .ra`'+x{ cW.� gerti to iat ,may' '�'�. .,-4M r a.G�';. TOTAL BASE BID (Items 1 thru 8): $ 77 f 5q1 •'.�+� `«r "�t .i+ .f = 7UV' a .�1x My .r x rat A}",.�. ' 0��s`�.44.;, �g'�t``_`��'�" 3,:a°--aS 4 �L � 03,4 U�' xa . TOTAL ADD-ALTERNATE BID (Items A-1 thru 4): STATEMENT OF SEPARATE CHARGES: Materials: $ `T° 1711 All Other Charges: $ 3- 511 *Total: $ 77519 • Note: This total must be the same amount as shown above for"Total Base Bid" 3,x;r�r` '� szr � 'r���""`C�a�ig�,�iR2`zt�' ���. !ty> ��vr_�b`d .�vrF s-'�Y ,�,?, �,-`�7`' +�+:? ^�a�Ti � me 3;-r C ..&,i-,+,f '. .rlr�.,;."h_, FX1��'e 'x,aieg-z"z�w,`- t'�5 4 , �.. i s�. Calla . f.- = If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten (10) days after written Notice to Proceed. The undersigned further agrees to complete the work in full within thirty (30) calendar days after the date of the written Notice-to-Proceed. The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. Respectful , Sub- tted, . 4 2008 WindyTerrace Signatur: Joe Fazzone Cedar Park, TX 78613 Print Name Address President (512) 331-4484 Title for Telephone Fazzone Construction Co., Inc. Name of Firm February 18, 2014 . Date Secret. , if Conti!tor is a Corporation Page 3 00300 7-2009 Bid Form 00090653 Page 4 00300 7-2009 Bid Form 00090653