Loading...
R-13-08-22-G9 - 8/22/2013RESOLUTION NO. R -13-08-22-G9 WHEREAS, the City of Round Rock has duly advertised for bids for the Lake Creek Park Improvement Project, and WHEREAS, Fazzone Construction Co. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Fazzone Construction Co., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Fazzone Construction Co. for the Lake Creek Park Improvement Project. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 22nd day of August, 2013. OkY) 49 ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: c6w4A, RacA7(b- SARA L. WHITE, City Clerk 0112.1304;00280342 ROUND ROCK, TEXAS PURPOSE nsan PROSPERrm City of Round Rock Agenda Item Summary Agenda Number: G.9 Title: Consider a resolution authorizing the Mayor to execute a contract with Fazzone Construction Co. for the Lake Creek Park Improvement Project. Type: Resolution Governing Body: City Council Agenda Date: 8/22/2013 Dept Director: Rick Atkins, Parks and Recreation Director Cost: $384,419.06 Indexes: General Self -Financed Construction Attachments: Resolution, Bid Tab Text of Legislative File 13-636 The project includes the demolition of existing park amenities and construction of a new playground, Greater Lake Creek Trail segment (connects Clay Madsen Rec Center to Downtown Round Rock), park pavilion, rest room building, and site furnishings (picnic tables, grills, benches, and trash receptacles). This project was identified in Year 3 of the PARD Repair and Replacement Program. Staff met with the neighborhood twice over the past year to gather input on the park master plan and improvement plan. The final improvement plan presented to the neighborhood received positive feedback and the neighborhood was excited to see the redevelopment efforts. It also aligns with the Game On: Parks and Recreation Master Plan and the City Strategic Goals under Places and Spaces: -Prevent neighborhood deterioration -Improve City aesthetics, development and redevelopment quality, and sustainability -Identify and plan for future connectivity and mobility needs and options Cost: $384,419.06 Source of Funds: General Self -financed Construction Staff recommends approval City of Round Rock Page 1 Printed on 8/19/2013 132- Water Meter (1-1/") 131- PreFab Restroom 30- Park Grills 129- Trash Receptacle 128- 8' Picnic Table 127- 46" Square Picnic Table 126- Park Bench 125- Quarry cut stone blocks 24- Pavilion Stone Columns 123- Seatwall masonry columns 122- Seatwall 21- Single Grill w/masonry 20- Double Grill w/masonry 119- Play Entry Ramp 118- Conc. Playcurb 117- 4" HDPE Tree Well Drainpipe 116- 4" Sch. 40 PVC sleeve 115- Conc. Drain Culverts & Headwall 114- Asphalt Patch 113- 6" Concrete Curb & Gutter 112- ADA curb ramp 111- Conc. Transition 110- Conc. Pavilion Slab 19- 8' Conc. Trail 8- Concrete Flatwork 7- Demoliton per plan 16- Rock Berm 15- Temp. Conc. Washout area 4- Silt Fence 13- Stabilized Const. Entrance 12- Unclassified Excavation, subgrade prep 1- Mobilization ITEM DATE: August 6, 2013 Lake Creek Park Improvement Project LOCATION : Council Chambers (CONTRACT: THE CITY OF ROUND ROCK PARKS & RECREATION DEPARTMENT BIDS EXTENDED AND CHECKED 301 West Bagdad BY : AFD Round Rock, Texas. 78664 DATE : 8/6/2013 (512) 218-5540 BID TABULATION SHEET OF 1 OF 1 tnr-tntnrnrntntnrnrnr.rntnn1r.r.r.r.r.r.rl0000r-c0rrnrnrrnrr. APPROX UNIT I QTY. ...'.-4 W CN 41. 00 N W ."W CD •-' CN _ ? U.-,.-,w?OO ? N _ 0 ." 00 N NO 00 VD 00 00 W 00 OT T .r 4 CA 4 N.-, VD J UN 44 $48.00 69 LO 00 `O T U O O 69 W U00 O O O 69 W O O O 69 q0 -. D O O 65 q0 J U O O 6969 00 00 O 0 O N O O O 69 J U O O O 69 v"" 0 OU O O O b9 4 T O O 69 W O W 00 0 O 69 AEA N J T O O T W 400 O O b5 00 O O 69 N T O O 69 IJ 00 O O 69 N �l J O O O 69 N in 04 000 O O 69 O O EA 00 W654 J O O X04 CA T 69 U O 69 W69 W N O 500 4 4 69 A W T O 0 00.05S$ 65 to O O O O $4.00 65 A 00 000 O O 0 69 00 00 In ,JD O 0 69 A A O O O 0 UNIT PRICE G Hyatt Construction Bid Bond? Y $48.00 VD L4 O T00 cm 0 O 69 0 C> 0 0 00'001'3 696.36e ,4 VO O 0000000002, 0 O :4 000 O 0 O •-�b9J O 0 O T O 0 O EA U O 0 O EA OWN O ONW 0 O N a 0 O 69 wA.r O 0 O 69 N J 0 O 69 0 0 VO W 0 O 69 .-. °EfiNN VO N 000000 0 O U N 0 O 69 to O 0 O 69 -4 J 0 O 69 vi.r 0 O 0 O 69 N W 0 O $1,074.00 69'—'Nv1w.--.-. J W NNU 00 0 W T O 0 00 4 N 0 W W T NJ Q1 00 A 4 T LA 0 0 69 4 000000 0000 0 0 69 tek 0 0 69 wVpU� 1.0 0 0 69 0 0 0 Vii Vi X00 0 0 A 0 0 0 COST 69 U T? \D J000 . JPO T 69 T N 00 IT) b9 W .. N .� $549.52 69 tN 4 4NN0 4U N4TW 69 W N 69 `'" N V0 J b9 4 J VD $1,012.94 $381.97 69 4 J W. . 00 DDUN� 69 Is" -1 J -.AOT . 69 W \O 4 W 69 •: 0 J N $18.99 69 N T TTNT`OTT000T 69 4 N T b5 W 4 T. U A 69 CT N Cr,00 CO 69 4 VO 69 N 0 N 00 69 Cr.,O CD 69 4 0 b9 A U 00 69 ON CO 69 W 4 A CO OT U 00 69 T U 00 A •-'00 69 U T V0•-.•-•OVO J 69 J •"T 69 J tD W 69 N N J A 104 •"J 69 — V O O W . .-4 UNIT PRICE FAZZONE Bid Bond? Y 69 tnNb9 VD -4000 JtOT TN CT 00 t0 W W $3,297.11 6969 000NE�OO 'NIA . 44 -J J•+NOT 00004 O 40000 IA UN U.-,.-, 469 N VO W ... 4 ..P.. 00 A69 ON O JJ T4 --4O VD J LA $3,914.32 $3,228.73 $6,533.43 $253.23 6969696969 4 N. TT. T 4 JNTVO W -- U A Off•-•N N T tO to UO00 ......1 W AU LA J4 T.) Eyy J .... $10,468.44 - ,.......101. U 10 . T LO $42,584.45 W69 ".o. 004 TT 0000 00N W $569.78 6_96_9 b, 000 TN 0J O4 "vi $22,740.31 $19,039.77 COST $1,800.00 I $140,000.00 9 0000 0 0000 0000 O 69 T O 6969 UU O O 00.00S$ 69 N O O 0 O $1,300.00 69 J LA 0 O 00.00Z$ W 0 OOON 000000001n 00000000000 0 WE 0 0 N 0 69696900'9069 0 T 0 NOONON 0 W 0 W 0 0 EA 00 0 0 $10.00 69 000000 000000000 0 6900069000 0 69 lNn 0 0 65 00 0 694 N 0 W 0 EAJT 00 000 0 69 0 69 NJ 0 0 UNIT PRICE PATIN Bid Bond? Y 69 4 1>0 00 O 00 O 69 O 0 0 O O $1,200.00 69 W a 000000 0000000000000000000 0 00000000000000000000000000000 0 b9 T o 0 0 69 4 N v 0 0 69 4 o 0 0 69 W 171 0 0 69 4 W 1r 0 0 69 4 U v T 0 0 69 N �D e O 0 0 69 W o N 0 0 69 W 0 00 0 0 69 W 0 T 0 0 69 T 0 00 0 0 69 4 0 N 0 0 69 N 0 000 0 0 69 W I. 0 0 69 W o 000000? 0 0 69 N �. 0 0 69 N o OOOOA 0 0 69 4 i 0 0 69 t0 o 0 0 69 4 U v 0 0 69 W O In 00000 J 00 0 69 N U 0 OOONO00 0 0 69 .r 0 0 0 69 4 o 0 0 69 N a NJ to 0 69 W 1:> 000 O 0 69 W J o O 0 69 N T v O 0 COST 69 U 0 OUNO 0 O O 69 0 00 T 4 O O 69 U 00 O O 69 U 0 O O $1,200.00 69 N O O O O 00.001`($ 4, U NO U O O 65 N 0 O O 00.0SS$ 65 0000N U O O 69 N 00 O O O 69 W 00 0 O O Ef3 00 U O O 69 W O O O $42.00 69 400 T O O 69 J '0 O O O 69 00 0 O O O $27.00 69 T 044 0 0 O 69 00 O O 69 W U O $48.00 69000069000 T 0 0 QS N U 0 O 0 0 69 J O 0 0 69 00 O 0 0 W 00 0 69 '—' W O 0 0 69 4 N 0 0 0 0 69 4 � 0 0 0 0 UNIT PRICE AG H2O HOLDINGS Bid Bond? Y 69 LA 0 O 0 O 0 69 O 00 01 U 4 O 0 69 4 In J U O 0 69 W 0 O 0 O 0 69 A 00 O 0 O 0 69 SO T O 0 O 0 69 N N O 0 O 0 69 4 to J 00 O 0 69 N 0 O O O 0 69 00 00 O O O 0 69 N w N U O 0 E03 N 00 O O O 0 69 W 00 O O O 0 4, 4 to J U O 0 $10,320.00 $840.00 1 69 4 T 0 O 0 0 69 V 1 '-0 0 O 0 0 69 00 0 0 O 0 0 69 N _N A 0 0 69 W N O O 0 0 69 4 N O O 0 0 69 W w CO 00 0 0 69 00 U N 00 0 0 69 CO ,Cr, , VD O 0 0 69 N Vi 0 0 O 0 0 69 4 U 0 O 0 0 E� CO 0 O 0 0 4, w ? N 00 0 69 N T 0 O 0 0 69 N O 0 O 0 0 69 \0 0 0 O 0 0 COST TOTAL ALTERNATE BID: Lake Creek Park Add/Alternate Bid (Lake Creek Park BASE BID TOTAL ALTERNATE BID: Lake Creek Park Add/Alternate Bid A-4 - Flex Paving Parking Lot A-3 - Dumpster A-2 - Bocce Ball courts A-1 - Road realignment TOTAL BASE BID: Lake Creek Park Base Bid 142- Revegetation 141- Trech Safety 140- Core at ex. Wastewater MH 39- 6" Cleanout 138- Pipe, 6" SDR 37- Frost Proof Yard Hydrant W U C N -- 135- Valve, 3/4" 34- Pi se, 1-1/2" Sch 40 PVC 133- Pipe, 3/4" Sch 40 PVC ITEM IDATE: 8/6/13 Lake Creek Park Improvement Project LOCATION : Council Chambers 'CONTRACT: i:::5- r- r -r -r r- -r- r- r- r- rnrnr- rnrnrnrr- APPROX UNIT I QTY. N W N W _ _ 69696969 00.000`S$ $8.00 UNIT PRICE N. -+W N 69 O\ U U W N 69 69 69 6900000 OOOO 690 NOU N69N W.-. x•69 U A,--. b9 O O O O O 0 0 0 0 0 0 0 CA O O O O O 0 0 0 0 0 0 0 0 IONSTRI $539,488.65 VD $440,408.65 be EA N -9 W N $440,408.65 N 6969696969 $40.00 69 $128.00 COST r0 y0 r0 O\ U U W N LA A N r J 69 69 O O O 0 0 0 0 - O� 1 00 .-. N.-, O\ 00 00 00 69 O O O 00 U1 69 O 00 O O ,l .--• U CO P O 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 69 6969 69 $633.08 $443.16 UNIT PRICE A •-• U U 69 69 O W 1-• O 90 A 69 69 L.P. W 00U ... 69 A 69 �1 W 6969 69 O• .-• -•O .-• �1 W C\ C\ ,.l W .-+ N•-• W 00 N.) U ,..17 ,-+ C\�lU W N O 00 O\ O\ J W C\ 00 A C\ CA in VD W 00 �l in AVON \0 W E EA UN 69 oo t2000\D be be 6-9 $50,566.36 $8,173.84 $443.16 $316.54 $405.17 COST — C\ A O\ O\ A C A A 69 69 69 - 69 0 0 W O\ O\ O co .-• W A W A N A _, O\ lJ ON -,4:,N O T N ON 69 CA .-• W .-• 00 �1 10 O O ■+ 69 O N . W U W ‘VD69 C\ C\ -. CA N CA .O N . J . N . NO . . —O . . CO . J . NO . . 5h . .--L . . . . A . 00 O\ O 00 C\ C\ O �-• W �O �1 W 00 O 00 00 0 O 0 0 0 00 VD J OO COC\ O\ O U VD O A A O W 69696969 00.000`S$ 00.00S$ UNIT PRICE 690000 00 O O W W O VOA\ U O N O O 69 •-•001 0 N U 0 69 VD 0 69 (n 69 AUUO O 69 O 69 O00000 O O O O 0000 O O O O O 000�/gO I,. O O►+ 9 A A69 AW $149,800.00 69 N. 69 H3ifl69 A69 00.000`S$ 69 69 .�69 00.00S$ $140.00 COST 00 W O\ N 00N N W JU 00 �O 0 J 0 U w to O\ �D �. O\ 00 O 1... 690000 0\69 \D OON .-• 00 O J 0 0 0 0 0 J O O O O U N O O O O O O O O O O O O O O O 0 0 0 O O O O O O O O O O O O O O O O 69 69 69 69 $1,400.00 UNIT PRICE .-. 69 W .+ 69 ;•O 00 W 00 00 W 69 69 69 690000 U 000 to 0690NA 0U69 U UN• A6969 -•N 00000 0 4) 0 L C\ OU O\.., O O O O O O O O O U O O O O O O O O O O O O O O O O O O LDINGS EA $385,777.00 - 69 � $385,777.00 y� 6-9 �_ 1 00'OSS$ $425.00 $336.00 COST Ch J J 69 w W 69 69 69 69 A 00 00 90 0 00 W 00 \O 00 69 W N N (A (1. UN in 0 0 0 VO to �l 0 . ---. A -1 J O O 0 69 0 0 0 0 CO b9 0 0 0.4 0 \D :l P O 000000 W 00 X100 Co O N 0 0 0 0 0 0 0 0 0 U 0 O O O O U O 0 O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O gElp!q/ge1plq IMMINM IIIg aSVII 1V.10.1 69 U 00 CO O EXECUTED ORIGINAL DOCUMENT FOLLOW City of Round Rock, Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of th 4006 ) 1 day of �-,''" Wesit*tr in the year 2a . BETWEEN the Owner: and the Contractor The Project is described as: City of Round Rock, Texas (hereafter "Owner" or "City") 221 East Main Street Round Rock, Texas 78664 Fazzone Construction Co., Inc. 1302 West Blanco; San Antonio, TX 78232 2008 Windy Terrace; Cedar Park, TX 78613 Project includes demolition of existing park amenities & some paving, site preparation, new construction of concrete flatwork, asphalt patching, park amenity installation, and stone masonry work. ("Contractor") The Engineer is: N/A 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 -1'- otb-22 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 TWENTY (20 ) 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 NINETY (90 ) 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 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. 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 FIFTY DOLLARS and No/100 Dollars ($ 250.00 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work (or any portion thereof) on or before the date(s) specified for Substantial Completion in the Agreement. It is agreed that the 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 TWENTY ( 120 ) 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 Three hundred eighty-four thousand, four hundred nineteen dollars andJ>8%100 O/0 ($ 384,419.06 ), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates which are described in the Contract Documents and are hereby accepted by Owner: BASE BID - $343,907.18 ADD -ALTERNATE ITEM A-4 - $40,511.88 Page 2 of 5 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 terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. Page 3 of 5 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 July 15, 2013 7.1.4 The Specifications are those contained in the Project Manual dated July 15, 2013 7.1.5 The Drawings, if any, are those contained in the Project Manual dated July 15, 2013 7.1.6 The Insurance & Construction Bond Forms of the Contract are those contained in the Project Manual dated July 15. 2013 7.1.7 The Notice to Bidders, Instructions to Bidders, Bid Form, and Addenda, if any, are those contained in the Project Manual dated July 15, 2013 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: LAKE CREEK PARK IMPROVEMENT PROJECT PLAN SET MISCELLANEOUS PROVISIONS ARTICLE 8 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: David Buzzell, R.L.A. Assistant Director, PARD 512-218-5540 dbuzzell@roundrocktexas.gov 8.3 Contractor's representative is: Paul Whetstone (512) 331-4484 ext. 330 (512) 289-6399 mobile paulRfazzoneconstruction.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 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 0 TE Printed Name: Allq 11/t.WIAN AANvr /� Date Signed: 9-24-- (3 Title ATTEST: e441A/114626106( City Clerk FOR , APPROVE AS TO FORM: City Atto Fazzoneonst f on Co., Inc. Printed Title: Date Signed: President Page 5 of 5 1 Bond #105906817 THE STATE OF TEXAS COUNTY OF WILLIAMSON PERFORMANCE BOND § S KNOW ALL BY THESE PRESENTS: That Fazzone Construction Company, Inc. of the City of San Antonio County of Bexar and State of Texas as Principal, and Travelers asualty an Surety Company of America 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 Three Hundred Eighty Four Thousand, Four Hundred Nineteen & 06/100 Dollars ($ 384,419.06 ) 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 day of , 2013.to which the Agreement is hereby referred to and made a part hereof s fully and to the same extent as if copied at length herein consisting of: Lake Creek Park Improvement 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 fiirnished by or workmanship of, the Principal in perforating 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. 00610 7-2009 00090654 Page 1 Performance Bond PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of , 20 13 Fazzone Construction Company, Inc. Pri s ipal J ALA Printed 11302 I -t Blance By: Title: Address: San Antonio, TX 78232 Resident Agent of Surety: Signature Robert C Fricke Printed Name 7600-B N Capital of Texas Highway, #200 Street Address Austin, TX 78731 City, State & Zip Code Page 2 00610 7-2009 00090656 Travelers Casualty and Surety Company of America Surety Linda K Edwards Printed ame By: C Q Title: Attorney -in -Fact Address: 9601 McAllister Freeway, Suite 900 San Antonio, TX 78216 Performance Bond 1 1 1 1 1 1 1 Bond #105906817 THE STATE OF TEXAS COUNTY OF WILLIAMSON PAYMENT BOND § § KNOW ALL MEN BY THESE PRESENTS: `IhatFazzone construction Company, Inc. of the City of San Antonio County of Bexar , and State of Texas as Principal, and Travelers Casualty and Surety P fnmpany �f AmP,-;�a 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 alt 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 Eighty Four Thousand, Four Hundred Nineteen & 06/100-- Dollars ($ 384,419.06 ) 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 1 the 2-441day of �(..0-'—_ , 2013 , 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 Lake Creek Park Improvement 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. 00620 7-2009 00090656 Page 1 Payment Bond 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 docs 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 day of ._.. . 2013 Fazzone Construction Company, Inc. Prin ' ,al Printed By: Title: Address; 1302 West Blanco San Antonio, TX 78232 Resident Agent of urety: Signature Robert C Fricke Printed Name 7600-B N Capital of Texas Highway, #200 Street Address Austin, TX 78731 00620 7-2009 00090656 Page 2 Travelers Casualty and Surety Company of America Surety Linda K Edwards Printed By: Title: Attorney -in -Fact Address: 9601 McAllister Freeway, Suite 900 San Antonio, TX 78216 Paymcnl Bond I 1 1 Client#: 4518 FAZCO AlL•LJ rUT„ CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 7/26/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. THIS POLICIES IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) 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 Insurepointe of Texas, Inc. 2909 Hillcroft Ste #600 Houston, TX 77057 713 964-0022 CONTACT Marsha Trasp #134 PHONE713 964-0022 (A/C, No, Ext): j vc No): 713 964 0044 EMAIL mtras Insure ADDRESS: p@ pointe.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Allied Property & Casualty Ins 42579 INSURED Fazzone Construction Company, Inc. 1302 W. Blanco San Antonio, TX 78232 f _f1VFDA!_CC ..rr.�..-.... �� ... ...-- INSURER B : Company Texas Mutual Insurance Com 22945 INSURER C 07/26/2014 INSURER D: $1,000,000 $ 50,000 INSURER E : X INSURER F : • THIS INDICATED. CERTIFICATE EXCLUSIONS INSR --------------------• , vIoIuninumtstK: IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER (MM/DDY�) (MM%DD) UMITS A GENERAL LIABILITY ACP7206242501 07/26/2013 07/26/2014 $1,000,000 $ 50,000 X COMMERCIAL GENERAL LIABILITY pEACCHp�OCCCURRENCE PREMISES (pEa�ENT rrence) CLAIMS -MADE X OCCUR $5 000 MED EXP (Any one person) X BI/PD Ded:1,000 $1,000,000 PERSONAL & ADV INJURY $ 2,000,000 GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES�jPER: —I 1,:a PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY n -I i LOC $ A AUTOMOBILE LIABILITY BAPD7206242501 07/26/2013 07/26/2014 FE°a aBulNdeD SINGLE LIMIT $1,000,000 X ANY AUTO ALL OWNED SCHEDULED BODILY INJURY (Per person) $ AUTOS AUTOS NON -OWNED BODILY INJURY (Per accident) $ X HIRED AUTOS X AUTOS PROPERTY DAMAGE (Per accident) $ A x UMBRELLA LIAB EXCESS X OCCUR CAD720624501 07/26/2013 07/26/2014 EACH OCCURRENCE $5,000,000 $5,000,000 LIAB CLAIMS -MADE AGGREGATE DED X RETENT ON $10000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YY SPP0001120588 07/26/2013 07/26/2014 X 'MVO TORY LIMITS OTH- ER OFFICERR/MEMBER EXCLUDED? ECUTIVE N / A E.L. EACH ACCIDENT $1,000,000 (Mandatory In NH) If yes, describe under E.L. DISEASE - EA EMPLOYEE $1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 51,000,000 A Contractors Equip Rented/Leased Deductible ACP7206242501 07/26/2013 07/26/2014 $164,835 Scheduled $100,000 Max/Item $1,000 Per Occurrence DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space s required) General Liability and Automobile po icy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability, Workers Compensation and Automobile policies include a blanket automatic waiver of subrogation endorsement that provides this feature when there is a written contract between the named insured and the certificate holder (See Attached Descriptions) CCDTrer,SATr u.....,., CANCELLATION City of Round Rock Parks & Recreation;Attn: Aileen Dryden 301 W . Bagdad, Ste. 250 Round Rock, TX 78664 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE /4301 1988-21110 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S244866/M244827 CXR