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