Contract - DeNucci Constructors LLC - 7/27/2017 I
City of Round Rock, Texas Contract Forms
Standard Form of Agreement: Section 00500
•
111 City of Round Rock, Texas
Standard Form of Agreement between
Owner and Contractor
•
AGREEMENT made as of the 4 41I L"tk1h i)day of 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 UCC LO(NS'CYl.) ,4(6 LLL ("Contractor")
5.3\O-\ Cad. ok-CX 4wto.N,) S3ce.21'
The Project is described as: CREEK BEND EXTENSION AND WESTERN GATEWAY
Creek Bend Boulevard
Round Rock,Texas 78681
Round Rock Avenue @ Blair Street
Round Rock,Texas 78664
The Engineer is: Landscape Architect-Prime
studio 16:19,11c
1717 n ih 35 suite 308
round rock,tx 78664
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:
111
ARTICLE I THE CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and
other Conditions),Drawings, Specifications,Addenda issued prior to execution of this Agreement, other documents
listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are
' as fully a part of the Contract as if attached to this Agreement or repeated herein.The Contract represents the entire
and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements,
either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7.
ARTICLE 2 THE WORK OF THIS CONTRACT
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
?N'''10 46c(0
1
I
IARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION;DATE OF
FINAL COMPLETION
i3.1 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.
I3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed.
3.3 Contractor shall commence Work within ten ( ten ) calendar days
Ifrom 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 N/A ( N/A )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 and 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.
1 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 TWO HUNDRED AND FIFTY DOLLARS and No/100
Dollars($250 ) 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
I 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
I 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
I 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 and Fifty
I
( 150 )calendar days from issuance by Owner of Notice to Proceed.
ARTICLE 4 CONTRACT SUM
I4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract.
The Contract Sum shall be Eight Hundred and Five Thousand,Seven Hundred-Twenty Six Dollars and Fifty Cents
II ($805,726.50 ),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 X . Yes .If yes,please provide details below:
1
1
1
00500 4-2016 Page 2 of 5 Standard Form of Agreement
00307791
II
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
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 fmal Certificate for Payment. In no event shall fmal 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 fmal payment
shall be treated as non-conforming Work and shall be corrected by Contractor prior to fmal payment,and shall not be
treated as warranty items.
ARTICLE 6 TERMINATION OR SUSPENSION
I -. 6.1 The Contract maybe 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
_
is
I
I6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General
Conditions.
IARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS
7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated
Ias 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.
I7.1.2 The General Conditions are the "Cityof Round Rock Contract Forms 00700" General Conditions, as
modified.
I7.1.3 The Supplementary, Special,and other Conditions of the Contract are those contained in the Project Manual
dated MAY/2017
I7.1.4 The Specifications are those contained in the Project Manual dated MAY/2017 .
7.1.5 The Drawings,if any,are those contained in the Project Manual dated MAY/2017 .
I7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated
MAY/2017
I 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the
Project Manual dated MAY/2017
I 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated
contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms
03000,"Federally Required Contract Clauses,as modified.
I7.1.9 Other documents,if any,forming part of the Contract Documents are as follows:
Construction Document,Creek Bend Extension and Western Gateway
IARTICLE 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.
I ' representative is: Todd Kelt
8.2 Owner's en g
Transportation Manager
I City of Round Rock
512-218-5583
8.3 Contractor's representative is: QG,u`7. It 21"'- -t.t
eAr
.\ .e N u LL‘ CO nslivucAtxs, U-4-
5\7...- 355- Obc)P
I8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the
other party.
II8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach.
00500 4-2016 Page 4 of 5 Standard Form of Agreement
I00307791
0
I
I
8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in
accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in
the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to
make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to
the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only.
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 neither
more strongly for nor against either party.
8.8 This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party
with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in
Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and
court decisions of the State of Texas.
8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating
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.
8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal
representatives for the full and faithful performance of the terms and provisions hereof.
This Agreement is entered into as of the day and year first written above and is executed in at least three(3)
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.
OWNER CONTRACTOR
CITY OF ' i ND RO K,T.. AS cc% Co ,(0(AO( U.L.
...a_
.
Printed Name: \ V .Printed Name: A. 4.41
/ G`v\ T • be �l3 ct
Title: A.��tt.
Title VlA � 5 ex
Date Signed: * IS ' 9" Date Signed: `Z ,
ATTEST:1111
afrfaL
`►
City Clerk
I
FOS I Y,AP ROVED AS TO FORM:
1
City A i rney
111 I
00500 4-2016 Page 5 of 5 Standard Form of Agreement
00307791
I
I
I
PERFORMANCE BOND
BOND# 022057774
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
That DeNucci Constructors, LLC of the City of Austin County of
Travis , and State of Texas , as Principal, and Liberty Mutual Insurance Company
authorized under the law of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto TILE CITY OF ROUND ROCK,TEXAS, (Owner),in the penal sum of
Eighty Hundred Five Thousand Seven Hundred Twenty-Six and 50/100
Dollars ($ 805,726.50 -- -- ) 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 in a certain written Agreement with the Owner dated the
Imo' day of - , 20a to which the Agreement is
hereby referred to and made a part hereof a ly and to the same extent as if copied at length
herein consisting of:
CREEK BEND EXTENSION AND WESTERN GATEWAY
(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
IAgreement, 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
Icovered 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,
1 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
I
PERFORMANCE BOND(continued)
Surety, for value received, stipulates and agrees that no change, extension of time, alteration or
p
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 . `((k day of bAtxDj s-'c- ,20 n.
DeNucci Constructors, LLC Liberty Mutual Insurance Company
Principal Surety
Paul DeNucci Debra Lee Moon
Printed Name Printed Name
By: ri By: �
Title: Member Title: Attorney-in-Fact
Address: 8310-1 Capital of Texas Hwy N#275 Address: 175 Berkeley Street
Austin, TX 78731 Boston, MA 02116
Resident Agent of Surety:
Signature
Ray Watson, Mullis Newby Hurst
Printed Name
5057 Keller Springs Rd #400
Street Address
Addison, TX 75001
City, State&Zip Code
L
I
Y
Page 2
00610 7-2009 Performance Bond
00090656
p
p
I PAYMENT BOND
BOND# 022057774
P THE STATE OF TEXAS §
§ KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
That DeNucci Constructors, LLC of the City of Austin , CountY of
Travis , and State of Texas as Principal, and Liberty Mutual Insurance
authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held Company
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
111 the right to sue upon this bond, in the penal sum of
Eighty Hundred Five Thousand Seven Hundred Twenty-Six and 50/100 Dollars
($805,726.50 --- ) 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
111 the 1%4)1- day of 4 /1 4 , 2014- , to which Agreement is
hereby referred to and made a part hereof as fchlly and to the same extent as if copied at length
herein consisting of:
CREEK BEND EXTTENSION AND WESTERN GATEWAY
(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 executedpursuant to the provisions_ p of Chapter 2253,
Texas Government code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at
length herein.
Page 1
00620 7-2009 Payment Bond
00090656
I
I
PAYMENT BOND (continued)
Surety, for value received, stipulates and agrees that no change, extension of time, alteration or
addition to the terms of the Agreement, or to the Work performed thereunder, or the plans,
specifications or drawings accompanying the same shall in anywise affect it's obligation on this
bond, and it does hereby waive notice of any such change, extension of time, alteration or
addition to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument
this 3`r(-A day of 50.S ,20 t .
DeNucci Constructors, LLC Liberty Mutual Insurance Company
Principal Surety
Paul DeNucci Debra Lee Moon
Printed Name Printed Name
By: Lu _ By • 11W \ C\(;);:21Sr
Title: Member Title: Attorney-in-Fact
Address: 8310-1 Capital of Texas wy N #275 Address: 175 Berkeley Street
Austin, TX 78731 Boston, MA 02116
Resident Agent of Surety..
41-< L
Signature'
Ray Watson, Mullis Newby Hurst
Printed Name
5057 Keller Springs Rd #400
Street Address
Addison, TX 75001
I
1
Page 2
' 00620 7-2009
00090656 Payment Bond
CERTIFICATE OF LIABILITY INSURANCE Date: 8/2/2017
Til number required.Please refer to the
PRODUCER: Texas Dept of Insurance website: httpigmmjsjix,usi
• • 11- 1.• 2 8 COMPANIES AFFORDING COVERAGE MI i
Phone. E-mail: 101319 6
480-545-1999 A First Mercury Ins Co.
12F
e ucci Constructors LLC B Texas Mutual Insurance Company 57Q9 1
831U 1 Cap TX Hwy N, Suite 275 C
t L ii, TX 78& a1: ; D1
1 THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations
hereinafter described,for the types of insurance and in accordance with the provisions of the standard policies used by the companies,
and further hereinafter described. Exceptions to the policies are noted below.
CO1 TYPE OF POLICY EFFECTIVE EXPIRATION LIMITS
LTR INSURANCE NUMBER DATE DATE
GENERAL LIABILITY GENERAL AGGREGATE 3 2, 0 0 0, 0 0 0
A GACGL0000057487-02 9/5/2016 9/5/2017
PRODUCTS-COIVIP/OP AGG $ 2, 000, 000
PERSONAL&ADV INJURY $ 1, 000, 000
EACH I OCCURRENCE 51, 000, 000
FIRE DAMAGE(Any one firm $ 50, 000
MED.EXPENSE(Any one person) $ 0
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $
BODILY INJURY(Per person) $
BODILY INJURY(Per accident) S
PROPERTY DAMAGE $
EXCESS LIABILITY EACH OCCURRENCE $
AGGREGATE $
WORKERS'COMPENSATION STATUTORY LIMITS S1, 000, 000
AND EMPLOYERS'LIABILITY EACH ACCIDENT $ 1, 0 0 0, 0 0 0
II B 0001233827 2/11/2017 2/11/2018 DISEASE POLICY LIMIT
f 1, 000, 000
DISEASE-EACH EMPLOYEE $
1, 000, 000
PROFESSIONAL LIABILITY
BUILDERS RISK INSURANCE
OR INSTALLATION INSURANCE
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMSIEXCEP T IONS
The City of Round Rock is named as additional insured with respect to ail policies except Workers' Compensation and Employers'
III Liability' and 'Professional Liability'. Should any of the above described policies be cancelled or changed before the expiration date
thereof,the issuing company will mail thirty(30)days written notice to the certificate holder named below.
CERTIFICATE HOLDER: City Manager SIGNATURE OF AGENT LICENSED IN STATE OF TEXAS
City of Round Rock �jb }�bf,�
221 E.Main Street
Round Rock,Texas 78664
Typed Name- Robert Rock Jr
III License ID: 1359783
bob. rock@nginsuranceonline.com
Page 1
III00650 10-2010 Certificate of Liability Insurance
BID TABULATION
THE CITY OF ROUND ROCK Bid Extended By:
Transportation Department Print Name Initials
2008 Enterprise Dr. Bid Opening Date: 40#404
Round Rock, Texas. 78664 Bid Opening Location:221 E Main St
{ Liquidated Damages:S xxx J Calendar Days
No.of Responses:
PROJECT NAME:Creek Bend Extension&Western Gateway Project;Manager:
PROJECT ID: Project Consultant-
PROJECT DURATION: xxx Calendar Da•s
BIDDER'S NAIVE: DeNucci Constructors
CONTRACTOR'S BUSINESS LOCATION: Austin,TX
GUARANTEE- BB-Bld Bondi CC-Cashier CheckICTC Certified Check Yes
STA _NI N O AF TY EXPERIENCE:Y-yes N-Nn Yes
ADDENDUM(S)ACKNOWLEDGED? Y- es N-Na NSA
APPROX. UNIT UNIT UNIT
1 E 11 ITE DESCRIPTION TY. UNIT PRICE COST PRICE COST PRICE COST
I Mobilization General Conditions 1 LS $8,000.00 $8,000.00 50,00 50.00
2 Traffic Control Plan l LS 58,500.00 $8,500.00 50.00 50.00
3 Topsoit Site Grading 392 CY $36.00 $14„12.00 $0.00 54.00
4 ISite Irrigation I LS 540,000,00 $40,000.00 50.00 50.00
5 Re-Vegetation,Hydroseed 1380 SY $2.00 52,760.00 50.00 S0.00
6 Landscape Bed A 3 EA 53,800.00 511,400.00 50.00 50.00
7 Landscape Bed B 6 EA 52,800.00 S16,80().00 50.00 SUM
8 Landscape Bed C 4 EA $3,600.00 514,40().00 50,00 50.00
9 Landscape Bed D 2 EA $3,400.00 $6,800,00 S0,0() 50.00
10 Large Trees I LS 526,90).00 S26,400,04 $0.00 50.00
I I Small Trees 23 EA 5600.00 513,800 00 $0.00 50.00
12 River Rock 29 CY $325.00 59,425,00 $0.00 50.00
l3 Granite Gravel Mulch 215 CY 1 $65.00 $13,975.00 $0.00 50.00
14 Limestone Edging 185 LF 535.00 $6,475.00 S0.{)t; 50.00
15 Geotextile Fabric 17427 SF 51.00 Sl-,427.00 $0.00 $0.00
16 Mobilization,General Conditions I LS 518,000.00 518,003.00 $0.00 50.00
17 Excavation Site Grading 1 LS 512,000.00 S 12,000.00 $0.00 50.00
l8 Tree Protection Fencing 1 LS 52,000.00 $2,000.00 $0.00 50,00
14 Demolition and Haul Off 1 LS $16,500.00 S 16,500.00 50.00 50,00
20 18"Concrete Scatwall 160 LF S105.00 $16,800.00 50.00 50.00
21 2'Wide Concrete Bands 477 LF S_6.00 512,402 00 $0.00 50.00
22 Concrete Pavers 413 SF $27.00 511,151.00 SO.00 $0.00
23 Handrail and Limestone Wall I LS $l"_.000.00 512.000.00 50.()0 S0.00
24 Construction of Gazebo 1 LS 518,000,00 518,00000 50.00 $0.00
25 3"CAL Canopy Tree 22 EA $875.00 $19,250.00 S0 00 50.00
26 Ornamental Trees 25 EA 5200,04 S7,51)1).0() 50.00 $0.00
27 Landscape Shrubs,5 GAL 260 EA 572.00 518,720.00 $0.00 S().()()
28 1 landscape Shrubs,3 GAL 535 EA 565.00 $14,775.00 50,00 50.00
29 1 Landscape Sburbs.I GAL 1371 EA $60.00 582,260.00 50.00 $0.00
30 3"Depth Compost 24 CY S77.0() 51,848.00 SO OO S0.00.
31 3"Depth Hardwood mulch 24 CY S90.Ot) S2,160.00 S0.00 50.00
32 Concrete Pavers 5368 SF S22.00 $118,096.00 $000 SO.00
33 Gcotextile Fabric 2559 SF $1.00 S_,554.00 $0.00 50,00
34 Limestone Edging 133 LF $35.00 S»,655.00 $4.00 SO.00
35 Corlen Signage Cabinet 1 LS $45,00010 545,(1131).00 50.00 $0.00
36 Nati,e Seed 4543 SF $1,50 515,900,50 50.00 $0.00
37 New Site Irrigation System I Ls $78,000.00 578,000.01) 50.00 $0.00
38 Concrete Ribbon Curb 1086 L.F S16.00 517376.00 50.00 50.00
39 Sign Fooling Allowance 1 Is 57,500.00 V'500,00 Soo(] 50.0v
40 Gazebo Footing Allowance I LS 51,50?)0 $1,50001 50,00 $O.Ov
41 Topsoil Allowance 1 LS 55,000,00 $5,100;00 50,00 50.00
42 Traffic Control Plan t LS 54,0100.00 $4,000.00 50.00 $0,00
I OTAL S805,726 50 $0,00 50.00
.
SEs�t OF T�``%
. '.,,••....r,,
LEAH J. COLLWA
�Nr rrrrrrr rrrrN•r•r�.1•! rrrrif
71920 ,}
'•'•th`L� p..r tr
I
. r'r
studio Ib:Iq
design•collaborate•solve•impact
June 9,2017
City of Round Rock
Transportation Department
Mr.Gary Hudder,Transportation Director
2008 Enterprise Drive
Round Rock,TX 78664
ghudder@roundrocktexas.gov
Re: Landscape Architect Letter of Recommendation for Award
Project Name: Creek Bend Extension/Western Gateway
Project Address: Creek Bend Boulevard/Round Rock Avenue(a)Blair Street
Dear Mr. Hudder:
On this day May 30, 2017, construction bids were received for the above referenced projects. A total of
one (1) bid was received, with DeNucci Constructors, LLC of Austin, Texas submitting the lowest bid in
the amount of$805,726.50 for Project Base bid items.
DeNucci Constructors, LLC has completed multiple municipal projects in the Central Texas area of
similar scope and fee. Based upon past performance, our evaluation of their references, and submission
of the lowest qualified bid, we recommend the award to DeNucci Constructors, LLC in the amount of
$805,726.50 for Base Bid,but will defer to the City for final judgment.
Please feel free to contact me should you have any questions, comments, or require any additional
information. You may reach me via e-mail at brent@studiol 619.com or by phone at(512)534.8680
Respectfully submitted,
studio 16:19, LLC
Br nt A. Baker, SLA,CLARB
•, s:
managing principal
OF 1
cc: Mr.Todd Keltgen, City of Round Rock
Mrs.Leah Collier, City of Round Rock
Mr.Jonathan Wagner,Studio 16:19
1717 n ih-35, suite 308 o rot.iricl rock,texas 78664 a 512,534,8680 p . "M,SfUdiol 619.corn
CERTIFICATE OF INTERESTED PARTIES
FORM 3295
Complete Nos, I-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and G 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 IILISineSS.
DoNLIC6 C01IStFLICtors, LLC 201.7-238467
Austin,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 07/19/2017
being filed.
City of ROL11111 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 he provided Under the contract.
Western Gateway
Misc.Street Improvements, JjjjcIsr.*,apijjg,and signage
4 Nature of interest
Name of Interested Party City,State,Country(place Of business} (check applicable)
Controlling Intermediary
5 Check only if there is NO Interested Party.
VNJ
6 AFFIDAVIT
I swear,or,affirrij,under,fivnrflty of P(-I[jLlfy,that the above disclosure is true and correct.
MOLLY D, PITTS
Notary Public,State of Texas
My Commission Expires
July 16, 2018
Iri(jrialure of authorized aqentbtcontrctinq business entity
AFFIX NOTARY STAMP/SEAL ABOVE
Sworn to and subscribed before me,by the said U [ � �� U
y of
this a1c. day
20 to certify which,witness irly hand and seat of officu,.
A i
A40 11(A b
Signature of officer AcIalinistering oiath ["(int0d 11,111le of ollicer add iinistering oath Title of officer
Forms provided by Texas Ethics Commission MVW.ethics.state.tx.us Version V1,0.883
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1 of 1
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. 2017-238467
DeNucci Constructors, LLC
Austin,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 07/19/2017
being filed.
City of Round Rock Date Acknowledged:
07/20/2017
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.
Western Gateway
Misc. Street Improvements, landscaping, and signage
Nature of interest
4
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