Loading...
Contract - Fazzone Construction - 10/7/2014 I I City of Round Rock, Texas Contract Forms iStandard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor , A iftt. AGREEMENT made as of the WWI 4k1r (11)day of 0 in the year 20 111 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 W Blanco Rd. San Antonio,TX 78232 • The Project is described as: Veterans Park Improvement Project I (removal of existing amenities,construction of new concrete flatwork,utility relocation,installation of new site amenities) I The Engineer is: Waeltz&Prete Antonio A.Prete,P.E. 3000 Joe DiMaggio Blvd.#72 Round Rock,TX 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 8-2012 Page 1 of 5 Standard Form of Agreement 00196575 I I ARTICLE 3 DATE OF COMMENCEMENT; DATE OF SUBSTANTIAL COMPLETION;DATE OF IFINAL 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. I3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. I 3.3 Contractor shall commence Work within Ten (10 ) calendar days from the date delineated in the Notice to Proceed. VI 3.4 Contractor- shall achieve-Substantial-Eempletion of the item's-of Work-listed-en-Attachment A to this I Agreement no later than Ninety (90- ) calunda -days-from-issuance-by Ownei of Notice--to--Proeecd, and Contractor shall achieve Substantial Completion of the entire Work no later than , f/ Ninety (90 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. I3.5 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 I damages,the sum of Five Hundred and No/100 Dollars($500 )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 F 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 I 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 I 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 Twenty (120 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 111 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract.The Contract Sum shall be Three Hundred and Four Thousand,Seven Hundred Fourteen Dollars and 50/100 I ($304,714.50 ),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 Iand are hereby accepted by Owner: Base Bid Page 2 of 5 • 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 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 te►7ninated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. Page 3 of 5 I 111 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 May 2014 7.1.4 The Specifications are those contained in the Project Manual dated May 2014 7.1.5 The Drawings, if any,are those contained in the Project Manual dated May 2014 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated May 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 May 2014 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: Veterans Park Improvement Plan Set contained in the Project Manual May2014 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. I8.2 Owner's representative is: Aileen Dryden,Park Development Manager City of Round Rock Parks&Recreation 301 W.Bagdad Ave. Ste.250 Round Rock,TX 78664 8.3 Contractor's representative is: Paul Whetstone (512)331-4484 ext 330 (512)289-6399 paul@fazzoneconstruction.com 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. Page 4 of 5 I F' U 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 W between Owner and Contractor,as modified. W 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 May 2014 7.1.4 The Specifications are those contained in the Project Manual dated May 2014 7.1.5 The Drawings,if any,are those contained in the Project Manual dated May 2014 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated May 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 May 2014 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: VETERANS PARK IMPROVEMENT PROJECT PLAN SET I 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 Manager City of Round Rock Parks&Recreation 301 W.Bagdad Ave. Ste.250 Round Rock,TX 78664 8.3 Contractor's representative is: Paul Whetstone (512)331-4484 Ext.330 (512)289-6399 paul@fazzoneconstruction.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 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. I 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 I 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 I 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. I 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. 1 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) I 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. OWN R CONT' , CT s CI ' R R K,TEXAS II Fazzon, Cons 1 tion Co.,Inc. Mir_ it l Printed Nam( T��� � Mf � Printer Name: J[ ��razzone Title Al Title: President Date Signed: ® ' OT• I—7 Date Signed: July 31,2014 ATTE^ST:/�/� I SPIAA.—V V City Clerk IFO II TY,APPRO D AS TO FORM: City A orney I IPage 5 of 5 I I I 111 Bond #106124981 PERFORMANCE BOND THE STATE OF TEXAS § S KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § IThat Fazzone Construction Company, Inc. of the City of San Antonio County of Bexar and State of Texas as Principal, and Travelers Casualty and Surety , , p � Smm�any of America authorized under the law of the State of Texas to act as surety on bonds for principals, are held IIand firmly bound unto THE CITY OF ROUND ROCK,TEXAS,(Owner), in the penal sum of Three Hundred and Four Thousand, Seven Hundred Fourteen Dollars and 50/100 Dollars ($ 304,714.50 ) for the payment whereof, well and truly to be made the said IPrincipal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally,by these presents: 0 WHEREAS, the Principal has entered into a certain written Agreement with the Owner dated the a- day of 2ugu�t 04406 v , 20 14 to which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length pherein consisting of Veterans Park Improvements Project (Name of the Project) INOW, 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 rn 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 111 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 Ill 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 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 an 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 I this day of August0 14 ` • Fazzone Construction Company, Inc. Travelers Casualty and Surety Company of America Principal v Surety Linda K Edwards Printed N / / Printed Name I By: Lc `� r ;, By: G \`L Cc . Title: 11 Title: Attorney-in-Fact I Address: 1302 West Blanco San Antonio, TX 78232 Address:9 01 McAllister Freeway, Ste.900 San Antonio, TX 78216 Resident Agent of Surety: Signature Robert C Fricke Printed Name 7600-B N Capital of TX Hwy #200 Street Address Austin, TX 78731 City, State&Zip Code •111I I I I Page 2 00610 7-2009 00090656 Performance Bond I I I 0 PAYMENT BOND Bond #106124981 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § ThatFazzone Construction Company, Inrof the Cityof San Antonio s , County of Bexar , and State of Texas as Principal, and Travelerof America and Surety 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 Three Hundred and Four Thousand, Seven Hundred Fourteen Dollars and 50/100 Dollars ($ 304,714.50 ) 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 the '1 ' - day �.(�.,,(7a . 2014 , 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: Veterans Park Improvements 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. Il N Page 1 00620 7-2009 Payment Bond 00090656 1 N I I PAYMENT BOND(continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or I 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 Instrumen this day of August ,20 14 t Fazzone Construction Company, Inc. Travelers Casualty and Surety Company of America Prin t-pal Surety �� 1 Linda K Edwards Printed N. Printed Name By: i By: L f` C.a)..coolsTitle: ukay ` Title: Attorney-in-Fact Address: 1302 West Blanco Address:9601 McAllister Freeway, Ste. 900 San Antonio, TX 78232 San Antonio, TX 78216 Resident Agent of Surety: _fi..a.te...ime Signature Robert C Fricke Printed Name 7600-B N Capital of TX Hwy, #200 Street Address Austin, TX 78731 • 00620 7-2009 Page2 00090656 Payment Bond I 1 I 1II 11.11 Client#:4518 FAZCO ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) S THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.DER.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. 111 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 CONTACT NAME: Marsha Trasp #134 Insurepointe of Texas,Inc. PHONE 713 964-0022 2909 Hil!croft Ste#600 (A/c,No,Ext): FAX Ne), 713 964 0044 E-MAIL mtras Houston,TX 77057 ADOREss: P@Insure pointe.com 713 964-0022 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Allied Property&Casualty Ins 42579 INSURED INSURER B:Texas Mutual Insurance Company 22945 Fazzone Construction Company,Inc. 1302 W.Blanco INSURER C • San Antonio,TX 78232 INSURER D: 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 • 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 ADDL SUBR LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DDY/YYYY) (MM/DDY�) LIMITS A GENERAL LIABILITY ACP7216242501 07/26/2014 07/26/2015 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGETOoccurrence) $50,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 IX BI/PD Ded:1,000 PERSONAL BADV INJURY _$1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY X JECOT- LOC $ A AUTOMOBILE LIABILITY BAPD7216242501 07/26/2014 07/26/2015 (Ea acBc1 deDtSINGLE LIMIT 1,000,000 — X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ I X HIRED AUTOS X NATO-SINN ED PROPERTY DAMAGE $ (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 DED X RETENTION$10000 • B WORKERS COMPENSATION SBP0001120588 07/26/2014 07/26/2015 X ITO STATU- I I2-F11-H- AND $ AND EMPLOYERS'LIABILITY Y/N TORY LIMITS E(? ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 III OFFICER/MEMBER EXCLUDED? y 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 A Contr Equipment ACP7216242501 07/26/2014 07/26/2015 $305,999 Schedule Items Rent/Lease Equip. $100,000 Maximum Loss DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space is required) TX Department of Insurance No.4103 0 Project:Veterans Park Improvement Certificate Holder:City Manager City of Round Rock General Liability and Automobile policy includes a blanket automatic additional insured endorsement that -provides additional insured status to the certificate holder when there is a written contract between the (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION MCity 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. 2008 Enterprise Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE fir- Ir�1988-2:10 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S280979/M278522 MXT Project:Veterans Park Improvements Project Description:Parks Improvement Project •�1'OF F.% WAELTZ&PRETE.INC. Owner:Cityof Round Rock .. s� � CML ENGINEERS Job Number:010.014 1 = 3,03 JOE n.0 o„a n: Bid Date:July 1,2014 l ANTQNiO A PRETEftrasolbca TX 71141. onr.1z YJ •SAd Project Location:Round Rock,Williamson County,Texas aeras f ^+..,.d'- =tar PiG as•crfw �• 4 a•''' '1 ;.. 2JULY14 Fazzone Patin Construction The Barr Company Westar Construction BID TAB Add.M,m X Aad.Wun x Adds,oum X ACM., X sa Ikea x Ba Baa X &d eaa x Bd Baa x SaMq Eel, X Sabry Eno X Sally Eap X Sally E. X Bid Item Quantity Unil Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost 1 Total Mobilization Paymenl,complete 1 LS $ 17,546.11 $ 17546.11 $ 15,000.00 $ 15,000.00 $ 40,651.28 $ 40,651.28 $ 45.000.00 $ 45,000.00 in place. 2 Capital Improvement Sign,complete in 1 EA $ 1,457.75 $ 1.457.75 $ 800.00 5 800.00 $ 800.11 $ 800.11 S 3,500.00 $ 3,500.00 place. 3 Stabilized Construction Entrance. 1 EA S 1,582.75 S 1.582.7$ 5 1,200.00 5 1,200.00 5 1,321.93 5 1,321.93 5 1,100.00 S 1,100.00 compteto in place. 4 Protective Tree Fencing,Type A Chain 688 LF S 4.43 S 3,047.84 S 3.00 $ 2,064.00 5 4.88 S 3,357.44 5 6.00 S 4,128-00 Link.complete in place, 5 Sill Fence for Erosion Control. 719 LF 5 2.85 5 2.049.15 S 2.00 S 1,438.00 5 2.44 $ 1.754.36 5 2.50 5 1,797-50 complote in place, 6 Rock Bene.complete in place. 20 EA 5 31.66 S 633.20 S 30.00 5 600.00 $ 34.79 S 695.80 $ 33.00 5 660.00 7 Re•Vegotation using Bermuda 3.377 SY 5 2.37 S 8.003.49 S 0.50 S 1,668.50 S 0.69 S 2,330.13 5 5.00 S 16.885.00 hydrosoed of all disturbed areas for erosion control,complete in place, 8 Pipe.6'SDR 26 PVC.02241(all 344 LF $ 73.12 $ 25.153.28 5 100.00 5 34,400.00 S 80.36 5 27,643.84 S 75.00 S 25.800.00 depths)including excavation.baddill, and all appurtenances,complete in place, 9 6'Cleanout,including cast iron boot 5 EA $ 253.24 $ 1,266.20 $ 1,000.00 5 5,000.00 S 278.30 $ 1,391.50 5 2,500.00 5 12,500.00 and cover,and all appurtenances. complete in place, 10 Trench Safely Systems.(all depths), 25 LF $ 5.06 S 126.50 5 1.00 5 25.00 S 5.57 S 139.25 $ 70.00 S 1,750.00 . complete in place, . . . 11 Install new Water Meter(1.1/2'). 1 EA $ 3,798.60 $ 3,798.60 5 1,500.00 5 1,500.00 5 4,174.50 5 4.174.50 $ 2.800.00 S 2,800.00 including all appurtenances,complete in place, 12 Pipe,314'SCH 40 PVC(all depths) 16 LF S 12.66 5 202.56 $ 80.00 S 1,280.00 5 13.92 5 222.72 5 50.00 $ 800.00 including excavation.backlit,and all appurtenances.complete in place, 13 Pipe,1.1/2'SCH 40 PVC(all depths) 182 LF S 44.01 5 8,009.82 S 50.00 5 9,100.00 S 48.37 S 8,803.34 S 39.00 5 7.098.00 including excavation,backfill,and at appurtonancos.complete in place, 14 Valve,3/4'G.V.,including valve box 1 EA 5 94.97 5 94.97 S 500.00 S 500.00 5 104.36 $ 104.36 S 3,000.00 S 3.000.00 and all appurtenances.complete in place, 15 Valve.1.1/2'G.V..including valve box 1 EA S 126.62 $ 126.62 5 500.00 S 500.00 $ 139.15 $ 139.15 S 3.000.00 S 3,000.00 and all appurtenances,complete in place, 16 Drinking Fountain.including sump and 1 EA $ 3,532.40 $ 3,532.40 S 4.000.00 S 4.000.00 5 4,550.21 S 4,550.21 S 15,000.00 $ 15.000.00 all appurtenances,complete in place, 17 All electrical work from oxisting Electric 1 LS 5 5,697.90 S 5,697.90 S 15,000.00 5 15,000.00 S 18,785.25 5 18.78525 S 35,000.00 S 35,000.00 Motor to Proposed Restroom Building &Veterans Memorial(Electric runs are to be underground).Includes all associated task required to make the electrical operational. Includes conduit.wiring.panel,breakers, fixtures.trenching and back!ill,and all appurtenances.complete in place, 18 Unclassified Excavation& 1 LS S 19,610.27 5 19,610.27 5 86,000.00 5 86,000.00 S 42,400.40 $ 42,400.40 5 25.000.00 S 25,000.00 Embankment.including Limits of Construction(LOC)Preparation, Clearing and Grubbing.Removal of Portland Cement concrete.Subgrade Preparation,Proof Rolling,and Grading within the LOC(plan quantity) complete in place, 19 P.C.Concrete Sidewalk,(4'Thick), 3,447 SF $ 6.33 $ 21,819.51 5 5.00 5 17,235.00 S 6.61 5 22,784.67 $ 5.00 S 17.235.00 complete in place. 20 Retaining Wall(Quarry Cul Limestone 664 SF S 35.99 $ 23,897.36 5 38.00 5 25,232.00 5 121.97 S 80,988.08 $ 65.00 S 43,160.00 Blocks 4)(2'x2')including excavation. backlit,concrete footer and all appurtenances.complete in place. c 21 P.C.Concrete Accessible Ramp, 1 EA $ 1.202.89 S 1,202.89 5 1,500.00 5 1,500.00 5 1,228.85 5 1.228.85 5 2,000.00 5 2.000.00 (Playground Entry Ramp),complete in place. 22 Handrail(Ref Dolasl 3&L-7),including 87 LF $ 56.98 5 4,957.26 5 95.00 S 8,265.00 S 97.41 5 8,474.67 5 155.00 S 13,485.00 all appurtenances.complete in place, 23 Single Burl-In Gntl w/masonry per 1 EA $ 3.166.81 S 3.166.81 S 500.00 S 500.00 S 8.116.81 5 8,116.81 S 6,500.00 S 6.500.00 plan,including at appurtenances. complete in place. Project:Veterans Park Improvements Project Description:Parks Improvement Project �0.aF P` o• WAELTZ&PRETE.INC. Owner:City of Round Rock ,..... +` 1 CML ENGINEERS Job Number:010-014 ./ 1: goo,oco.weoo�nz Bid Date:July1,2014 ""-",xwc Tx 7°a°° i ANTONIO A.PRETE n,eiz xsan� Project Location:Round Rock,Williamson Courtly,Texas �, L F3 i ,^9.,,." 7,"..T can•lox 2JULY14 Fazzone Patin Construction The Barr Company Westar Construction BID TAB Addrd.., X A03444, X AWI,a,n, X A03.0n1 x 84 904 X 84 wire X 04 Bond X 134 604 X Sawy Exp X Sally E•d X Sawy EV X Sally E. X Bid Item Quantity Unit Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost 24 Seat wall per detail,including conc. 120 IF $ 76.22 S 9,146.40 S 120.00 S 14,400.00 $ 177.77 $ 21,332.40 $ 125.00 S 15,000.00 Footing,CMU core and masonry per plan,including an appurtenances. complete in place, 25 Seat wall masonry columns per plan, 3 EA S 445.29 $ 1,335.87 S 900.00 S 2,700.00 S 5,826.12 S 17,478.36 5 4,000.00 5 12,000.00 including all appurtenances,complete in place. 26 Pavilion Stone Columns,per plan, 6 EA 5 1,519.44 5 9,116.64 S 1,400.00 S 8.400.00 $ 3,590.77 S 21,544.62 $ 8,000.00 S 46,000.00 including all appurtenances,complete in place, 27 Park Bench,including all 4 EA 5 1,392.82 S 5,571.28 $ 1,000.00 S 4,000.00 S 1,348.36 $ 5,393.44 $ 2,300.00 S 9,200.00 appurtenances,complete in place, 28 8'Picnic Table under Pavilion.(1)ADA 3 EA $ 1,371.72 S 4,115.16 S 1,200.00 S 3,600.00 S 1,358.57 $ 4,075.71 $ 3,000.00 $ 9,000.00 accessible,(2)standard size,including all appurtenances,complete in place, 29 Trash Receptacles,including all 3 EA 5 601.45 $ 1,804.35 S 1,000.00 S 3,000.00 5 654.93 $ 1,964.79 S 2,000.00 S 6,000.00 appurtenances,complete in place, 30 Fabrication and installation of Park 1 LS S 1,782.15 $ 1,782.15 5 2,000.00 $ 2,000.00 S 1,321.93 S 1,321.93 S 10,000.00 S 10,000.00 Rules Sign per plan,including all appurtenances,complete in place, 31 Masonry facade for Pre•Fabricated I LS 5 3,173.81 5 3,173.81 5 6,000.00 5 6,000.00 S 11,966.90 5 11,966.90 S 13,000.00 S 13,000.00 Rest Room Budding per plan,including all appurtenances,complete in place, 32 Veterans Memonal Elements and 1 LS S 47,288.58 5 47,288.58 5 27,000.00 5 27,000.00 5 114,624.76 5 114,624.76 $ 90,000.00 S 90.000.00 Flagpole Plaza,per Landscape Plans. including all lighting elements, electrical elements.masonry columns, masonry wall,masonry seal walls. flagpole,and all associated work to construct the Veterans Memorial Elements per plan,including all appurtenances. Complete in place. 33 Pavilion:includes building pad.piers. 1 LS S 57,189.02 S 57,189.02 5 42,000.00 S 42,000.00 5 58,491.78 S 58,491.78 S 115,000.00 $ 115,000.00 foundation,handrails/Guardrails, Coordination of erection of Pavilion Structure,and All items E appurtenances covered on sheets S000.S100.S200.S201,8 S202, complete in place, 34 Restrooms:includes piers,and 1 LS $ 7,208.00 $ 7,208.00 5 3.000.00 $ 3,000.00 S 33,702.50 S 33,702.50 5 80,000.00 $ 80,000.00 anchor plates,Coordination of erection of Restroom Structure.All items&appurtenances covered on sheets 50008 S101,complete in place, Total BASE Bid Amount $ 304.714.50 $ 348,927.50 $ 572,755.84 $ 694,398.50 (Base Bld Items 1 thru 34) ALTERNATE BID ITEM,ADDITIVE&DEDUCTIVE QUANTITIES Al• Purchase and installation of Memorial 6 EA S 923.14 S 5,538.84 S 1,000.00 5 6,000.00 $ 1,230.78 $ 7,384.68 S 3,000.00 $ 18,000.00 Military Seal Plaques,complete in place. A-2 Add for 18'Piers over Bid Length 1 LF S 2,106.32 $ 2,106.32 S 42.00 S 42.00 5 112.20 S 112.20 5 225.00 $ 225.00 noted in Drawings,including drilling, reinforcing,concrete,complete in place. D-1 Deduct for 18'Piers under Bid Length 1 LF 5 2,106.32 S 2,106.32 5 42.00 S 42.00 S 28.00 S 28.00 S 125.00 5 125.00 noted in Drawings,including drilling, reinforcing,concrete,complete in place. 1-7NOTE:YELLOW HIGHLIGHTED AREAS IDENTIFY MATHMATICAL ERRORS IN BID TAB FROM BIDDER .t. '"t-i. l f'c~( f" WAELTZ & PRETE, INC. '''ht FNGt$, CIVIL ENGINEERS July 2, 2014 Ms. Katie Baker Park Development Specialist City of Round Rock 221 E. Main Street Round Rock, TX 78664 Re: Veterans Park Improvements Project Engineer's Letter of Recommendation Dear Ms. Baker, As you are aware, bids were received on July 1, 2014 for the above referenced project. A total of four (4) bids were received, with Fazzone Construction Company of Cedar Park, Texas submitting the lowest bid in the amount of $304,714.50. Fazzone Construction Company has completed many public works projects in the Central Texas area. Based upon our personal knowledge, past performance, and submission of the lowest and best bid, we recommend award to Fazzone Construction Company in the amount of$304,714.50 If you have any questions or comments regarding this matter, please do not hesitate to call. Sincerely, /1-•'& /,_, , a Antonio A. Prete, P.E., CFM, CPESC, LEED GA Principal .. Pi\ :r ANTONIO A.PRETE T $3759 iti �-- 2JULY14 3000 JOE DIMAGGIO BLVD, SUITE#72, ROUND ROCK,TEXAS 78665 (51 2) 505-8953 (FIRM Tx REG.# F-10308)