Loading...
Contract - Chasco Constructors, Ltd. - 9/14/2017 City of Round Rock, Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the• . f day 06e.0-c,,Noe,r in the year 20 11. rri BETWEEN the Owner: C7ty of Round Rock,Texas(hereafter"Owner" "City") or City ) 221 East Main Street Round Rock,Texas 78664 and the Contractor Chasco Constructors ("Contractor") 2801 E.Old Settlers Blvd. Round Rock,TX 78665 The Project is described as: Clay Madsen Soccer Field Project (includes construction of two soccer fields(approximately+1- 9.54 ac),including site utilities,irrigation&sod installation) The Engineer is: Antonio A.Prete,P.E. Waeltz&Prete,Inc 3000 Joe DiMaggio Blvd.#72 Round Rock,Texas 78665 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions),Drawings, Specifications,Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements, either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT 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 r � �4133 I I ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION;DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within Ten ( 10 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than One Hundred and Fifty ( 150 )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 Fifty ( 150 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of Five Hundred and No/100 Dollars($500.00 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement.It is agreed that the harm that would be caused by such failure,which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work (or any portion thereof) is not achieved on or before thirty (30) days after the date(s) specified for Substantial Completion in the Agreement,the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation,the recovery of actual damages.The date(s)specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than One Hundred and Fifty ( 150 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract. The Contract Sum shall be Six hundred thirty-nine thousand,Nine hundred fifteen dollars and fifty cents. ($639,915.50 ),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 'I Yes .If yes,please provide details below: Not Applicable I 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 I I ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender,Owner shall make progress payments 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 111 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 final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed.Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 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 Y p J dated June 2017 7.1.4 The Specifications are those contained in the Project Manual dated June 2017 7.1.5 The Drawings,if any,are those contained in the Project Manual dated June 2017 • 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated June 2017 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated June 2017 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. 7.1.9 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: Katie Baker City of Round Rock 301 W.Bagdad Ave.Round Rock,TX 78664 512-341-3355 8.3 Contractor's representative is: Charles King 1111 Vice President P.O.Box 1057,Round Rock,TX 78680 512-244-0600 8.4 Neither 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. 00500 4-2016 Page 4 of 5 Standard Form of Agreement 00307791 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 I CITY OF /SUNDR 4 PK,T`XAS t , ---- , Printed N. •e: erf ,.ILA Printed Name: i W/J(4c (3k6-(-114Title I. / Title: 1C� ( - Date Signed: 9. i. Date Signed: ATTE 04/4". City Clerk FOR �, T ,APPROVEDL • AS I FORM: 41 . Ote_k iUS- 0 "t City Att•i ey 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 I I PERFORMANCE BOND § Bond#585210489 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Chasco Constructors of the City of Round Rock , County of Williamson , and State of Texas , as Principal, and Liberty Mutual Insurance Co. 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 Six hundred thirty-nine thousand,Nine hundred fifteen dollars and 50/100 Dollars ($ 639,915.50 ) 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 into a certain written Agreement with the Owner dated the 4-1,— day of`e., 0\ QJr , 20 lito which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length 111 herein consisting of: Clay Madsen Soccer Field Project (Name of the Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 7-2009 Performance Bond 00090656 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 herebywaive notice of ce 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 31st day of August , 2017 . I Chasco Constructors Liberty Mutual Insurance Co. Pri ipal Surety (its TRobert James Nitsche Printed ame Printed Na N , By: By: SIG Title: i L( Title: Attorney-i 'act Address: 2801 E. Old Settlers Blvd Address: 1071 W. Sam Houston Pkwy Round Rock, TX 78665 n. Ste.650, Houston, TX 77064 Reside Agentof . rety: _4441416Ara-44y Signature Robert James Nitsche Printed Name 143 E. Austin Street Address Giddings, TX 78942 City, State & Zip Code Page 2 00610 7-2009 Performance Bond 00090656 I I PAYMENT BOND Bond#58S210489 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Chasco Constructors of the City of Round Rock County of Williamson , and State of Texas as Principal, and Liberty Mutual Insurance Co. 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 Six hundred thirty-nine thousand,Nine hundred fifteen dollars and 50/100 Dollars ($ 639,915.50 ) 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 as certai written Agreement with the Owner, dated the �� r--• day of Q -kent.\ , 20 11' to which Agreement is hereby referred to and made a part hereof Ns fully and to the same extent as if copied at length herein consisting of: Clay Madsen Soccer Field 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. 111 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. p p P Page 1 00620 7-2009 Payment Bond 00090656 I PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 31st day of August , 2017 . Chasco Constructors Liberty Mutual Insurance Co. Pri ci al Surety ('� fLt5 Robert James Nitsche Printed Name Printed Name B J' By: / Title: tii Title: Attorney-in- t Address: 2801 E. Old Settlers Blvd Address: 10713 ' . Sam Houston Pkwy Round Rock,TX 78665 n. Ste.650, Houston, TX 77064 Reside Agent of Surety: Signature Robert ame sNitsche Printed Name 143 E. Austin Street Address Giddings, TX 78942 I I p p p Page 2 00620 7-2009 Payment Bond 00090656 Client#: 10288 CHASCCONI I iCORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 8/31/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS ICERTIFICATE 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. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. IIf 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: The Nitsche Group PHONE 979542-3666 FAX I143 East Austin (E-MANo,Ext): (A/C,No): Giddings,TX 78942-3299 ADDRESS: 979 542-3666 INSURER(S)AFFORDING COVERAGE NAIL# INSURER A:Liberty Insurance Corporation 42404 INSURED INSURER B:Liberty Mutual Fire Insurance Company 23035 Chasco Constructors, LTD., LLP P.O. Box 1057 INSURER C Round Rock,TX 78680 INSURER D I INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD IINDICATED. 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. SUBR LTR TYPE OF INSURANCE NSRSR ADDL WVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY TB7Z91463740027 03/09/2017 03/09/2018 EACH OCCURRENCE $1,000,000 CLAIMS MADE X OCCUR PREMISESO(ERENTED occu ence) $100,000 MED EXP(Any one person) $10,000 I PERSONAL&ADV INJURY $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY X JECT LOC PRODUCTS-COMP/OP AGG_$2,000,000 _ OTHER: $ AUTOMOBILE LIABILITY MBINED INGLE LIMIT S B AS2Z91463740017 03/09/2017 03/09/2018 (EaCOaccident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED -I SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE IX AUTOS ONLY X AUTOS ONLY (Per accident) $ $ A X UMBRELLA LIAB X OCCUR TH7Z91463740047 03/09/2017 03/09/2018 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 I DED X RETENTION$10000 $ B WORKERS COMPENSATION WC2Z91463740037 03/09/2017 03/09/2018 X STATUTE ETH AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 I OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Clay Madsen Soccer Field IAs per policy provision, Certificate Holder is listed as additional insured in reagrd to the auto and general liability policies as provided by additional insured endorsement when required by written contract. General liability,auto and workers compensation policies include(s)a 30 Days Notice of Cancellation Iendorsement providing 30 days advance notice if policy is canceled by the company other than for nonpayment of premium,or direct cancellation by named insured as per policy provision. ,CERTIFICATE HOLDER CANCELLATION ISHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Round Rock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Manager ACCORDANCE WITH THE POLICY PROVISIONS. I 221 E. Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S718478/M718273 066 THE CITY OF R UND ROCK PARKS&RECREATION DEPARTMENT BIDS EXTENDED AND CHECKED 301 West Bagdad BY: RLM Round Rock, Texas. 78664 DATE: 6/27/2017 (512)218-5540 BID TABULATION SHEET OF 1 OF 1 CONTRACT: Clay Madsen Soccer Field Project LOCATION:City Hall Chasco DeNucci Fazzone Smith Paving DATE: June 27,2017 APPROX UNIT UNIT UNIT UNIT ITEM UNIT QTY. PRICE COST PRICE COST PRICE COST PRICE COST 1)Total Mobilization Payment LS 1 $30,000.00 $30,000.00 $45,000.00 $45,000.00 $51,600.00 $51,600.00 $10,000.00 $10,000.00 2)Capital Improvement Sign EA 1 $1,500.00 $1,500.00 $650.00 $650.00 $1,725.00 $1,725.00 $900.00 $900.00 3)Stabilized Construction Entrance LS 1 $2,000.00 $2,000.00 $1,500.00 $1,500.00 $1,437.50 $1,437.50 $1,200.00 $1,200.00 4 Silt Fence for Erosion Control LF 920 $2.50 $2,300.00 $3.00 $2,760.00 $1.78 $1,637.60 $2.50 $2,300.00 5)Erosion Blanket Curlex II or Approved Equal) SY 4390 $1.50 $6,585.00 $4.00 $17,560.00 $2.01 $8,823.90 $2.20 $9,658.00 6 Erosion Mat(Landlok 300 or Approved Equal) Sy 90 $7.00 $630.00 $10.00 $900.00 $5.46 $491.40 $20.00 $1,800.00 7)Rock Rip Rap(d50=9") CY 15 $150.00 $2,250.00 $85.00 $1,275.00 $212.75 $3,191.25 $180.00 $2,700.00 8 TIFF 419 Roll Sod Sy 24445 $7.80 $190,671.00 $14.00 $342,230.00 $7.43 $181,626.35 $7.45 $182,115.25 9)Tree Protection LF 807 $4.00 $3,228.00 $8.00 $6,456.00 $3.51 $2,832.57 $3.00 $2,421.00 10)H dromulch Seeding for Erosion Control Sy 4465 $1.30 $5,804.50 $3.00 $13,395.00 $0.31 $1,384.15 $1.30 $5,804.50 11 Unclassified Excavation CY 13844 $10.00 $138,440.00 $12.00 $166,128.00 $16.56 $229,256.64 $9.24 $127,918.56 12)Embankment CY 12044 $5.00 $60,220.00 $8.00 $96,352.00 $3.28 $39,504.32 $6.70 $80,694.80 13 Flexible Base CY 802 $40.00 $32,080.00 $42.00 $33,684.00 $31.68 $25,407.36 $28.60 $22,937.20 14)Hot Mix Asphaltic Concrete Pavement Surface TON 265 $110.00 $29,150.00 $130.00 $34,450.00 $110.83 $29,369.95 $116.50 $30,872.50 15)P.C.Concrete Curb&Gutter LF 1280 $15.00 $19,200.00 $22.00 $28,160.00 $24.93 $31,910.40 $18.70 $23,936.00 16)P.C.Concrete Sidewalk 4"Thick) SF 2065 $5.00 $10,325.00 $6.00 $12,390.00 $6.41 $13,236.65 $6.00 $12,390.00 17)P.C.Concrete Curb Ram (Type 7) EA 4 $650.00 $2,600.00 $2,200.00 $8,800.00 $1,562.50 $6,250.00 $600.00 $2,400.00 18 P.C.Concrete Ribbon Curb 24" LF 98 $9.00 $882.00 $18.00 $1,764.00 $27.79 $2,723.42 $30.00 $2,940.00 19)P.C.Concrete Wheel Stop EA 6 $75.00 $450.00 $80.00 $480.00 $74.75 $448.50 $90.00 $540.00 20)Accessible Sign,Including Van Placard EA 6 $250.00 $1,500.00 $400.00 $2,400.00 $230.00 $1,380.00 $450.00 $2,700.00 21)Pavement Markings(Type II) LS 1 $800.00 $800.00 $1,500.00 $1,500.00 $632.50 $632.50 $3,950.00 $3,950.00 22)4'Dia.Wastewater Manhole EA 4 $4,500.00 $18,000.00 $4,500.00 $18,000.00 $4,950.00 $19,800.00 $2,150.00 $8,600.00 23 6"Cleanout EA 1 $500.00 $500.00 $800.00 $800.00 $715.00 $715.00 $800.00 $800.00 24)6"SDR 26,D3034 LF 975 $31.00 $30,225.00 $45.00 $43,875.00 $60.50 $58,987.50 $34.00 $33,150.00 25)Irrigation System as shown on Irrigation Plans LS 1 $43,000.00 $43,000.00 $105,000.00 $105,000.00 $47,520.00 $47,520.00 $32,000.00 $32,000.00 26)2"Water Meter EA 1 $1,800.00 $1,800.00 $3,500.00 $3,500.00 $12,650.00 $12,650.00 $1,500.00 $1,500.00 27)2"Gate Valve with Valve Box EA 1 $300.00 $300.00 $400.00 $400.00 $1,595.00 $1,595.00 $1,500.00 $1,500.00 28)2"Poly DR-9 LF 85 $30.00 $2,550.00 $42.00 $3,570.00 $27.50 $2,337.50 $30.00 $2,550.00 29 Trench Safe Wastewater Line LF 975 $3.00 $2,925.00 $3.00 $2,925.00 $6.05 $5,898.75 $4.00 $3,900.00 TOTAL BASE BID: 1 $639,915.50 1 $995,904.00 $784,373.21 $614,177.81 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. 2017-256593 Chasco Constructors Round Rock,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 09/05/2017 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. Clay Madsen Soccer Field Construction of Soccer Fields 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Charles J Glace,JR.2002 Trust Round Rock,TX United States X Anthony J,Glace 2002 Trust Round Rock,TX United States X 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. { .•�a��' CATHERINE MICHELE HUDAK Notary Public, State of Texas M Commission Expire x ires i nature of a thorized agent of contractingbusiness entity lot AUGUST 11, 2018 AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,b the said ^� Y this the'�_ day of�. 1 LC-Lk20 l to certify which,witness my hand and seal of office. -10 a Signature of officer administering oath Printed name of officer administering oath Title of officer admini tering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-256593 Chasco Constructors Round Rock,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 09/05/2017 being filed. City of Round Rock Date Acknowledged: 09/07/2017 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. Clay Madsen Soccer Field Construction of Soccer Fields 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Charles J Glace,JR.2002 Trust Round Rock,TX United States X Anthony J.Glace 2002 Trust Round Rock,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337