Loading...
Contract - Chasco Constructors - 9/27/2018 I lz-- 24its9?2,1 I ORIGINAL CITY OF ROUND K I TRANSPORTATION DEPARTMENT I h I f, rJ ROUND ROCK TEXAS I I Ill Project Manual For: US 79 (Intersection Improvements) IFrom Red Bud Lane To Kenney Fort Blvd. I June 2018 II i �� % * /� */�/ Prepared By: HDR Engineering, Inc. ►'HA 3Ah cAAui ANAFNce / / ° 810 Hesters Crossing, Suite 120 B y , o: c'' Round Rock, Texas 78681 'il 1� Igiam` /PE APPROVED BY I CATTOREY 06/21/2018 � .� 4 / _ !i '' Alla' '.i TBPE Firm Registration No 754 I I City of Round Rock, Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the 4We -;'f):1?;(1 ( clay of 0:+te4__ in the year 20( . BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Chasco Consrtuctors ("Contractor") 2801 E.Old Settlers Blvd Round Rock,TX 78665 The Project is described as: US 79(Intersection Improvements) From Red Bud Lane to Kenney Fort Blvd. The Engineer is: HDR Engineering,Inc. 810 Resters Crossing, Suite 120 Round Rock,TX 78681-7839 Ph:512-685-2900 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions),Drawings, Specifications,Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein.The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements, either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 4-2016 Page 1 of 5 Standard Form of Agreement 00307791 a 111 ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION;DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within Ten ( 10 ) calendar days = from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than N/A ( N/A )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than Two Hundred and Ninety One ( 291 )calendar days from issuance by Owner of Notice to Proceed, subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof) on or before the date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of Five Hundred and No/100 Dollars($500.00 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement.It is agreed that the harm that would be caused by such failure,which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work (or any portion thereof) is not achieved on or before thirty (30) days after the date(s) specified for Substantial Completion in the Agreement,the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation,the recovery of actual damages.The date(s)specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than Two Hundred and Ninety One ( 291 )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 Million Three Hundred Ninety Six Thousand Four Hundred Thirty Eight dollars ($3,396,438.00 ),subject to additions and deductions as provided in the Contract Documents. 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No X . Yes .If yes,please provide details below: p 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 P 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. 111 5.1.3 Provided that an Application for Payment is received by Engineer and Owner,_ O ner, 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. 111 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be • computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty (30) days after all Work on the Contract has been fully performed. Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 I 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: 111 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 "Cityof 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 June 2018 7.1.4 The Specifications are those contained in the Project Manual dated June 2018 7.1.5 The Drawings, if any,are those contained in the Project Manual dated June 2018 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated June 2018 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated June 2018 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: N/A 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: Bill Stablein 2008 Enterprise Drive Round Rock,TX 78664 8.3 Contractor's representative is: Bill Bambrick Chasco Constructors 2801 E.Old Settlers Blvd Round Rock,TX 78665 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 00500 4-2016 Page 4 of 5 Standard Form of Agreement 00307791 II 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. I8.7 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. 1 8.8 This Agreementenforceable in Round Rock, shall be 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) ill 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. NOWNER CONTRACTOR • CITY OF RO ND 'OCK,T XAS 031nU SO C) cl' o ce, L.\--6,1,L9., b1{ CArta50.0 II eoili Coorac`n.c3,CSP, LLe..J r --R-5C�p iiii! Printed Name: Printed Name: e{'�(t 1, ,e5 _ ��MO12JI21I\J \L (�} '� Title M�, "' Title: s\(tent Date Signed: tO. 4 419) . . Date Signed: (0?/5 '74,ito ATTEST: 1 cjAMA4, v 1/4121± City Clerk II FOR iv ,,APPRO ED AS 0 FORM: iii'= A . . City Atti!i ey 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 - -tel -/fV6P-1 I I I PERFORMANCE BOND Bond#58S211404 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Chasco Constructors of the City of Round Rock County of Williamson , and State of Texas , as Principal, and Liberty Mutual Insurnace Company 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 Million Three Hundred Ninety Six Thousand Four Hundred ThirtyEight& no/100---- g Dollars ($ 3,396,43 8.00 ) 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 c rtain written Agreement with the Owner dated the day of , 20to which the 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: US 79 (Intersection Improvements) From Red Bud Lane to Kenney Fort Blvd. (Name of the Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 7-2009 Performance Bond 00090656 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does 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 10th day of October , 20 18. Chasco Constructors Liberty Mutual Insurance Company Principal Surety CAar -e s C-&\Ctce,S(• Robert James Nitsche Printe Name Printed Name By: k 1't/ By: Title: -prses;cve n*- Title: Attorney-In- ct Address: 2801 E. Old Settlers Blvd Address: 10713 . Sam Houston, Pkwy N. Round Rock, TX 78665 Ste 650, Houston, TX 77064 Resident Agent of Su ety: / Signature Robert James Ni the Printed Name 143 E. Austin Street Address Giddings, TX 78942 City, State & Zip Code Page 2 00610 7-2009 Performance Bond 00090656 I I PAYMENT BOND Bond #58S211404 THE STATE OF TEXAS § I § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § IThat Chasco Constructors of the City of Round Rock County of Williamson , and State of Texas as Principal, and Liberty Mutual Insurance Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held III 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 IThree Million Three Hundred Ninety Six Four Hundred Thirty Eight&no/100 Dollars ($ 3,396,438.00 ) 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 aen tered written Agreement with the Owner, dated Ithe 2'�- day of , 20 tel , 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: US 79 (Intersection Improvements) From Red Bud Lane to Kenney Fort Blvd. Iiir 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. Page 1 00620 7-2009 Payment Bond 00090656 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 10th day of October , 20 18. Liberty Mutual Insurance Company Principal Surety C,Mo(1t, - (.7\1ac€ Robert James Nitsche Printed Name Printed Name rAinv / By: 4By: /' ' %"9Pv Title: tes\C`vE?sr1r Title: Attorney-In-F:-ct Address: 2801 E. Old Settlers Blvd Address: 10713 W. Sam Houston Prkwy N. Round Rock, TX 78665 Houston, TX 77064 Resident A y. f Sure : • itr— Signature Robert Jame itsche Printed Name 143 E. Austin Street Address Giddings, TX 78942 Page 2 00620 7-2009 Payment Bond 00090656 Client#: 10288 CHASCCONI ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)10/10/2018 - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.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. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Joyce Hinze The Nitsche Group PHONE 979-540-2240 FAx (AIC,No,Ext): (A/C,No): 143 East Austin E-MAILDRESS: o Yceh thithe com AD � ensc9rou p' Giddings,TX 78942-3299 INSURER(S)AFFORDING COVERAGE NAIC# 979 542-3666 INSURER A:Liberty Insurance Corporation 42404 INSURED INSURER B:Liberty Mutual Fire Insurance Company 23035 Chasco Constructors LTD., LLP INSURER C: P.O. Box 1057 INSURER D: Round Rock,TX 78680 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY TB7Z91463740028 03/09/2018 03/09/2019 EACH OCCURRENCE $1,000,000 TCLAIMS-MADE X OCCUR PRS( RENTED PREEMIMI E SES(Ea occurrence) $100,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 IGEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO- PRODUCTS-COMP/OP AGG $2,000,000 X JECT LOC OTHER: $ B AUTOMOBILE LIABILITY AS2Z91463740018 03/09/2018 03/09/2019 Ea aBccideDn INGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ qi _ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED Per PROPERTY DAMAGE $ AUTOS ONLY ^ AUTOS ONLY $ A X UMBRELLA LIAR111 X OCCUR TH7Z91463740048 03/09/2018 03/09/2019 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 i DED X RETENTION$10000 $ B WORKERS COMPENSATION WC2Z91463740038 03/09/2018 03/09/2019 X STATUTE FFRH II OT AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y I N E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below ill IDESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project: US 79 (intersection Improvements)from Red Bud Lane to Kenny Fort Blvd. As per policy provision, City of Round Rock is listed as additional insured in regard to the auto and general liability policies as provided by blanket additional insured endorsement when required by written Contract. General liability,auto and workers compensation policies include(s) a 30 Days Notice of Cancellation (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Cit of Ro er SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y g THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 221 E. Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE "7-- / ---,, gp . fv,C-L.y{._-::1-i tt_-.+.._ ©1988-2015 ACORD CORPORATION.All rights reserved. ACD#S7(2016/03) 1 of 2 The ACORD name and logo are registered marks or of ACORD 84862/M747512 061 I Re- gots- 912-4 I ORIGINAL CITY OF ROUND ROCK I TRANSPORTATION DEPARTMENT I ,. . I ROUND ROCK TEXAS I 111 11 Project Manual For: Harrell Parkway and il Brushy Creek Plant Road (Roadway Improvements) 111 June 2018 i ,.. .„..NNNx\\x‘,1 If _ 1 --.4.0,- r i * /\ * // Pre Prepared B : // / P Y j HDR Engineering, Inc. I /// 810 Resters Crossing, Suite 120 /e f Round Rock, Texas 78681 I 1g/ill �+�17v iG � d/ APP OVED B 06/21/2018 CI r A TTO R EY l�• :r.-�,Tu,•,?/U mut ' 1 I I TBPE Firm Registration No 754 I I 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 day of 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 Chasco Consrtuctors ("Contractor") 2801 E.Old Settlers Blvd Round Rock,TX 78665 The Project is described as: Harrell Parkway and Brushy Creek Plant Road Roadway Improvements The Engineer is: HDR Engineering,Inc. 810 Hesters Crossing, Suite 120 Round Rock,TX 78681-7839 Ph: 512-685-2900 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions),Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein.The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements, either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 4-2016 Page 1 of 5 Standard Form of Agreement 00307791 , 0 ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION;DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within Ten ( 10 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than N/A ( N/A )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than Two Hundred and Fourty Two ( 242 )calendar days from issuance by Owner of Notice to Proceed, subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of Five Hundred and No/100 z Dollars($500.00 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement.It is agreed that the harm that would be caused by such failure,which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work (or any portion thereof) is not achieved on or before thirty (30) days after the date(s) specified for Substantial Completion in the Agreement,the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation,the recovery of actual damages.The date(s)specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than Two Hundred and Fourty Two ( 242 )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 Million Five Hundred Fourty Nine Thousand Nine Hundred Ninety Four dollars and 40 cents ($3,549,994.40 ),subject to additions and deductions as provided in the Contract Documents. 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No X . Yes .If yes,please provide details below: I` I 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 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 Sung, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements, if any.which extend beyond final payment; and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed. Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. 00500 4-1016 Page 3 of 5 Standard Form of Agreement 00307791 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 June 2018 7.1.4 The Specifications are those contained in the Project Manual dated June 2018 7.1.5 The Drawings,if any,are those contained in the Project Manual dated June 2018 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated June 2018 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda, if any,are those contained in the Project Manual dated June 2018 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: N/A 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: Bill Stablein 2008 Enterprise Drive Round Rock,TX 78664 8.3 Contractor's representative is: Bill Bambrick Chasco Constructors 2801 E.Old Settlers Blvd Round Rock,TX 78665 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 00500 4-2016 Page 4 of 5 Standard Form of Agreement 00307791 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor, subject to proper additions and deductions,all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner,both parties hereto expressly agree and assert that,in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly, and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding, including without limitation,any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least three(3) original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the Contract,and the remainder to Owner. OWNER CONTRACTOR CITY OF R I IND RO K,TEXAS 0.On (:-rUrS L-hd.La.-1 b'q C hasp co r\--VMCivl •t ir Printed Na e: �, ►�—Li A k Printed Name: @r\OXY\e S T. Title mai* Title: ?re S 1 t(1) ��Q, ,Date Signed: .�'' � ZJ Date Signed: `0 • ATTEST: CA*, /4,*, City Clerk FOR I ,APPROVED AS 1'O FORM: City Atto ey 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 PERFORMANCE BOND Bond #58S211405 THE STATE OF TEXAS § 1 § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Chasco Constructors of the City of Round Rock , County of Williamson , and State of Texas , as Principal, and Liberty Mutual Insurance Company 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 Million Five Hundred Forty Nine Thousand Nine Hundred Ninety Four&40/100 Dollars ($ 3,549,994.40 ) 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 24 day of W-- , 20( )o which the 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: Harrell Parkway and Brushy Creek Plant Road(Roadway Improvements) (Name of the Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 7-2009 Performance Bond 00090656 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does 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 10th day of October , 20 18. Chasco Constructors Liberty Mutual Insurance Company Pri cipal Surety CAVA Robert James Nitsche Printed Name Printed Name / • By: 1, By: .�. Title:17res\ Title: Attorney-In-- ct Address: 2801 E. Old Settlers Blvd. Address: 10713 . Sam Houston Parkway N Round Rock, TX 78665 Houston, TX 77064 Resident Agent of Surety: Signature Robert James Nitsche Printed Name 143 E. Austin Street Address Giddings, tx 78942 City, State & Zip Code Page 2 00610 7-2009 Performance Bond 00090656 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Chasco Constructors . of the City of Round Rock , County of ' Williamson , and State of Texas as Principal, and Liberty Mutual Insurance authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held Company and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Three Million Five Hundred Forty Nine Thousand Nine Hundred Ninety Four& 40/100Dollars ($ 3.549,994.40 ) 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 c rtain written Agreement with the Owner, dated the *41-- day of , 20?j, 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: Harrell Parkway and Brushy Creek Plant Road (Roadway Improvements) 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. Page 1 00620 7-2009 Payment Bond 00090656 I I PAYMENT BOND (continued) I 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 ifs obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. I IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 10th day of October , 20 18 . Il Chasco Constructors Liberty Mutual Insurance Company 111 Principal Surety CVA 019 S 3- C-1 ('e }j c. Robert James Nitsche Printed Name Printed Name 111 CU, r� -� LA„..., /4 i.pi By: .� S By: Title: re 5;C\mak Title: Attorney-In-,„0 ct IIAddress:'.0, Q-)0y, (051— Address: 10713 W. Sam Houston Prkwy N. 9u n o 2o�-t _;a:/.1- (Q,ST; Ste 650, Houston, TX 77064 Resident A!,,. t o S re / 1 Signature • Robert James Nitsche Printed Name 143 E. Austin Street Address Giddings, TX 78942 Page 2 00620 7-2009 Payment Bond 00090656 Client#: 10288 CHASCCONI ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/22/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.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. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTNAME: Joyce Joyce Hinze The Nitsche Group PAHO,No,Ext):979-540-2240 Svc,No): 143 East Austin MASS: joyceh@thenitschegroup.com Giddings,TX 78942-3299 INSURER(S)AFFORDING COVERAGE NAIC# 979 542-3666 INSURER A:Liberty Insurance Corporation 42404 INSURED INSURER B:Liberty Mutual Fire Insurance Company 23035 Chasco Constructors LTD., LLP INSURER C: P.O. Box 1057 INSURER D: Round Rock,TX 78680 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY TB7Z91463740028 03/09/2018 03/09/2019 EACH OCCURRENCE $1,000,000 D CLAIMS-MADE X OCCUR DAMAGE O(Ea occurrence) $100,000 _ MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY X JECT LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY AS2Z91463740018 03/09/2018 03/09/2019 (Ea COMBINEaccident)D SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X AUTOS ONLY X AUTOSWONLY PROPERTY DAMAGE $ (Per accident) A X UMBRELLA LIAB X OCCUR TH7Z91463740048 03/09/2018 03/09/2019 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$10000 $ B WORKERS COMPENSATION WC2Z91463740038 03/09/2018 03/09/2019 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 • DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Job: Harrell Parkway and Brushy Creek Plant Road As per policy provision, Certificate Holder is listed as additional insured in regard to the auto and general liability policies as provided by blanket additional insured endorsement when required by written contract. General liability,auto and workers compensation policies include(s)a 30 Days Notice of Cancellation (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221 E. Main St. Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE 4 . IVa . ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD #S7 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD 87137/M747512 066 JOB NAME: US 79/HARRELL PARKWAY ROADWAY IMPROVEMENTS ^� JOB LOCATION: ROUND ROCK,WILLIAMSON COUNTY,TEXAS OWNER: CITY OF ROUND ROCK BID DATE: July 19,2018 Bidder PATIN SMITH CHASCO US 79 $2,922,762.55 $3,676,621.97 $3,396,438.00 Harrell Parkway $2,524,614.65 $3,264,527.65 $3,549,994.40 Totals: $5,447,377.20 $6,941,149.62 $6,946,432.40 JOB NAME: US 79 ROADWAY IMPROVEMENTS JOB LOCATION: ROUND ROCK,WILLIAMSON COUNTY,TEXAS OWNER: CITY OF ROUND ROCK BID DATE: July 19,2018 Bidder PATIN SMITH CHASCO Attachments: Bid Bond Yes Yes Yes Bid Form Yes Yes Yes Statement of Bidder's Safety Experience Yes Yes Yes OSHA 300 Logs Yes No Yes BID TABULATION BASE BID PATIN SMITH CHASCO BID ITEM NO. SP ITEM DESCRIPTION UNIT APPROX. UNIT TOTAL UNIT TOTAL UNIT TOTAL ITEM NO. QUANTITY PRICE PRICE PRICE PRICE PRICE PRICE 1 0100 6002*' PREPARING ROW STA 59.00 1,300.00 76,700.00 5,000.00 295,000.00 2,958.00 174,522.00 2 0105 6029 REMOVE STAB BASE&ASPH PAV(24") SY 3,126.00 5.00 15,630.00 18.00 56,268.00 16.50 51,579.00 3 0110 6001 EXCAVATION(ROADWAY) CY 5,136.00 5.00 25,680.00 40.00 205,440.00 15.00 77,040.00 4 0132 6006 EMBANKMENT(FINAL)(DENS CONT)(TY C) CY 759.00 5.00 3,795.00 35.00 26,565.00 130.00 98,670.00 5 0160 6003 FURNISHING AND PLACING TOPSOIL(4") SY 21,953.00 3.00 65,859.00 1.75 38,417.75 2.40 52,687.20 6 0164 6035 DRILL SEEDING(PERM)(RURAL)(CLAY) SY 21,953.00 0.50 10,976.50 0.15 3,292.95 0.60 13,171.80 7 0168 6001 VEGETATIVE WATERING MG 372.00 100.00 37,200.00 80.00 29,760.00 65.00 24,180.00 8 0247 6041 FLBS(CMP IN PLC)(TYA GRI-2)(FNAL POS) CY 5,622.00 44.00 247,368.00 50.00 281,100.00 56.00 314,832.00 9 0310 6009 PRIME COAT(MC-30) GAL 1,988.00 5.00 9,940.00 4.50 8,946.00 4.25 8,449.00 10 0340 6011 D-GR HMA(SQ)TY-B PG64-22 TON 2,280.00 75.00 171,000.00 79.00 180,120.00 79.00 180,120.00 11 0340 6047 D-GR HMA(SQ)TY-C SAC-A PG70-22 TON 7,346.00 90.00 661,140.00 84.00 617,064.00 91.00 668,486.00 12 0354 6045 PLANE ASPH CONC PAV(2") SY 57,185.00 1.30 74,340.50 1.45 82,918.25 2.00 114,370.00 13 0416 6029 DRILL SHAFT(RDWY ILL POLE)(30 IN) LF 232.00 220.00 51,040.00 225.00 52,200.00 220.00 51,040.00 14 0416 6032 DRILL SHAFT(TRF SIG POLE)(36 IN) LF 13.00 350.00 4,550.00 340.00 4,420.00 330.00 4,290.00 15 0416 6034 DRILL SHAFT(TRF SIG POLE)(48 IN) LF 110.00450.00 49,500.00 450.00 49,500.00 440.00 48,400.00 16 0432 6001 RIPRAP(CONC)(4 IN) CY 12.30 500.00 6,150.00 500.00 6,150.00 550.00 6,765.00 17 0438 6001 CLEANING AND SEALING EXISTING JOINTS LF 312.00 5.00 11560.00 30.00 9,360.00 38.50 12,012.00 18 0464 6003** RC PIPE(CL III)(18 IN) LF 3.00 300.00 900.00 790.00 2,370.00 660.00 1,980.00 19 0467 6359 SET(TY II)(18 IN)(RCP)(4:1)(P) EA 1.00 3,000.00 3,000.00 1,800.00 1,800.00 1,980.00 1,980.00 20 0496 6004 REMOV STR(SET) EA 1.00 500.00 500.00 600.00 600.00 385.00 385.00 21 0500 6001 MOBILIZATION LS 1.00 145,000.00 145,000.00 300,000.00 300,000.00 169,000.00 169,000.00 22 0502 6001 BARRICADES,SIGNS AND TRAFFIC HANDLING MO 10.00 1,500.00 15,000.00 5,000.00 50,000.00 4,600.00 46,000.00 23 0506 6002 ROCK FILTER DAMS(INSTALL)(TY 2) LF 180.00 24.00 4,320.00 24.00 4,320.00 21.00 3,780.00 24 0506 6011 ROCK FILTER DAMS(REMOVE) LF 180.00 24.00 4,320.00 7.00 1,260.00 4.00 720.00 25 0506 6020 CONSTRUCTION EXITS(INSTALL)(TY 1) SY 67.00 25.00 1,675.00 11.00 737.00 18.00 1,206.00 26 0506 6024 CONSTRUCTION EXITS(REMOVE) SY 67.00 38.00 2,546.00 6.50 435.50 4.00 268.00 27 0506 6038 TEMP SEDMT CONT FENCE(INSTALL) LF 1,044.00 2.20 2,296.80 2.00 2,088.00 2.00 2,088.00 28 0506 6039 TEMP SEDMT CONT FENCE(REMOVE) LF 1,044.00 0.60 626.40 0.28 292.32 0.35 365.40 29 0512 6005 PORT CTB(FUR&INST)(F-SHAPE)(TY 1) LF 3,000.00 60.00 180,000.00 65.00 195,000.00 66.00 198,000.00 30 0512 6029 PORT CTB(MOVE)(F-SHAPE)(TY 1) LF 6,210.00 8.00 49,680.00 9.00 55,890.00 6.60 40,986.00 31 0512 6053 PORT CTB(REMOVE)(F-SHAPE)(TY 1) LF 3,000.00 10.00 30,000.00 11.00 33,000.00 8.80 26,400.00 32 0545 6003 CRASH CUSH ATTEN(MOVE&RESET) EA 6.00 500.00 3,000.00 1,300.00 7,800.00 1,485.00 8,910.00 33 0545 6005 CRASH CUSH ATTEN(REMOVE) EA 2.00 250.00 500.00 1,500.00 3,000.00 935.00 1,870.00 34 0545 6019 CRASH CUSH ATTEN(INSTL)(S)(N)(TL3) EA 2.00 10,000.00 20,000.00 12,000.00 24,000.00 11,605.00 23,210.00 35 0610 6004 RELOCATE RD IL ASM(TRANS-BASE) EA 15.00 1,050.00 15,750.00 1,700.00 25,500.00 1,650.00 24,750.00 36 0610 6009 REMOVE RD IL ASM(TRANS-BASE) EA 15.00 320.00 4,800.00 280.00 4,200.00 275.00 4,125.00 37 0610 6103 REPLACE LUMINAIRE W/LED(400W EQ) EA 30.00 640.00 19,200.00 800.00 24,000.00 770.00 23,100.00 38 0610 6287 IN RD IL(TY SA)50T-8-8(40OW EQ)LED EA 14.00 3,500.00 49,000.00 4,400.00 61,600.00 4,180.00 58,520.00 39 0618 6023 CONDT(PVC)(SCH 40)(2") LF 6,335.00 7.00 44,345.00 6.50 41,177.50 6.60 41,811.00 40 0618 6024 CONDT(PVC)(SCH 40)(2")(BORE)W/PRESSURE GROUT CONCRETE LF 909.00 45.00 40,905.00 45.00 40,905.00 44.00 39,996.00 41 0618 6046 CONDT(PVC)(SCH 80)(2") LF 385.00 18.00 6,930.00 18.00 6,930.00 18.00 6,930.00 42 0618 6047 CONDT(PVC)(SCH 80)(2")(BORE)W/PRESSURE GROUT CONCRETE LF 1,140.00 58.00 66,120.00 57.00 64,980.00 55.00 62,700.00 43 0618 6053 CONDT(PVC)(SCH 80)(3") LF 375.00 20.00 1 7,500.00 20.00 1 7,500.00 20.00 71500.00 BASE BID PATI N SMITH CHASCO BID ITEM NO. SP ITEM DESCRIPTION UNIT APPROX. UNIT TOTAL UNIT TOTAL UNIT TOTAL ITEM NO. QUANTITY PRICE PRICE PRICE PRICE PRICE PRICE 44 0618 6054 CONDT(PVC)(SCH 80)(3")(BORE)W/PRESSURE GROUT CONCRETE LF 2,730.00 58.00 158,340.00 62.00 169,260.00 61.00 166,530.00 45 0618 6058 CONDT(PVC)(SCH 80)(4") LF 130.00 28.00 3,640.00 29.00 3,770.00 28.00 3,640.00 46 0620 6007 ELEC CONDR(NO.8)BARE LF 4,555.00 1.20 5,466.00 1.35 6,149.25 1.30 5,921.50 47 0620 6008 ELEC CONDR(NO.8)INSULATED -LF 2,350.00 1.50 3,525.00 1.50 3,525.00 1.45 3,407.50 48 0620 6009 ELEC CONDR(N0.6)BARE LF 7,614.00 1.70 12,943.80 1.55 11,801.70 1.50 11,421.00 49 0620 6010 ELEC CONDR(NO.6)INSULATED LF 15,228.00 1.70 25,887.60 1.65 25,126.20 1.65 25,126.20 50 0621 6002 TRAY CABLE(3 CONDR)(12 AWG) LF 2,000.00 2.25 4,500.00 2.00 4,000.00 2.00 4,000.00 51 0624 6002 GROUND BOX TY A(122311)W/APRON EA 7.00 1,050.00 7,350.00 975.00 6,825.00 930.00 6,510.00 52 0624 6010 GROUND BOX TY D(162922)W/APRON EA 19.00 1,800.00 34,200.00 1,700.00 32,300.00 1,650.00 31,350.00 53 0624 6028 REMOVE GROUND BOX EA 1.00 320.00 320.00 275.00 275.00 275.00 275.00 54 0628 6010 ELC SRV TY A 120/240 060(NS)SS(E)SP(U) EA 1.00 2,000.00 2,000.00 6,800.00 6,800.00 6,600.00 6,600.00 55 0628 6164 ELC SRV TY D 120/240 070(NS)AL(E)PS(U) EA 2.00 6,800.00 13,600.00 7,700.00 15,400.00 7,370.00 14,740.00 56 0644 6001 IN SM RD SN SUP&AM TYlOBWG(1)SA(P) EA 42.00 650.00 27,300.00 450.00 18,900.00 480.00 20,160.QO 57 0644 6004 IN SM RD SN SUP&AM TYlOBWG(1)SA(T) EA 3.00 750.00 2,250.00 600.00 1,800.00 515.00 1,545.00 58 0644 6068 RELOCATE SM RD SN SUP&AM TY 1OBWG EA 4.00 625.00 2,500.00 500.00 2,000.00 405.00 1,620.00 59 0644 6076 REMOVE SM RD SN SUP&AM EA 13.00 350.00 4,550.00 275.00 3,575.00 72.00 936.00 60 0662 6060 WK ZN PAV MRK REMOV(W)4"(BRK) LF 2,030.00 0.70 1,421.00 1.15 2,334.50 0.60 1,218.00 61 0662 6063 WK ZN PAV MRK REMOV(W)4"(SLD) LF 8,185.00 0.70 5,729.50 0.85 6,957.25 0.60 4,911.00 62 0662 6071 WK ZN PAV MRK REMOV(W)8"(SLD) LF 4,115.00 1.25 5,143.75 1.85 7,612.75 1.20 4,938.00 63 0662 6075 WK ZN PAV MRK REMOV(W)24"(SLD) LF 24.00 15.00 360.00 12.00 288.00 13.00 312.00 64 0662 6080 WK ZN PAV MRK REMOV(W)(ARROW) EA 14.00 95.00 1,330.00 250.00 3,500.00 83.00 1,162.00 65 0662 6090 WK ZN PAV MRK REMOV(W)(WORD) EA 14.00 95.00 1,330.00 325.00 4,550.00 83.00 1,162.00 66 0662 6095 WK ZN PAV MRK REMOV(Y)4"(SLD) LF 11,046.00 0.70 7,732.20 0.85 9,389.10 0.60 6,627.60 67 0662 6109 WK ZN PAV MRK SHT TERM(TAB)TY W EA 1,700.00 0.90 1530.00 1.75 2,975.00 1.10 1,870.00 68 0666 6030 REFL PAV MRK TY I(W)8"(DOT)(100MIL) LF 246.00 0.90 221.40 1.75 430.500.80 196.80 69 0666 6036 REFL PAV MRK TY I(W)8"(SLD)(100MIL) LF 10,912.00 0.85 9,275.20 1.05 11,457.60 0.75 8,184.00 70 0666 6048 REEL PAV MRK TY I(W)24"(SLD)(100MIL) LF 360.00 7.50 2,700.00 8.00 2,880.00 7.00 2,520.00 71 0666 6054 REFL PAV MRK TY I(W)(ARROW)(100MIL) EA 32.00 95.00 3,040.00 160.00 5,120.00 83.00 2,656.00 72 0666 6078 REFL PAV MRK TY I(W)(WORD)(lOOMIL) EA 33.00 140.00 4,620.00 170.00 5,610.00 121.00 3,993.00 73 0666 6093 REFL PAV MRK TY I(W)(RR XING)(100MIL) EA 5.00 595.00 2,975.00 475.00 2,375.00 523.00 2,615.00 74 0666 6102 REF PAV MRK TY I(W)36"(YLD TRI)(100MIL) EA 28.00 45.00 1,260.00 55.00 1,540.00 40.00 1,120.00 75 0666 6282 REF PROF PAV MRK TY I(W)4"(SLD)(060MIL) LF 10,470.00 0.50 5,235.00 0.95 9,946.50 0.40 4,188.00 76 0666 6286 REF PROF PAV MRK TY I(Y)4"(SLD)(060MIL) LF 10,477.00 0.50 5,238.50 0.95 9,953.15 0.40 4,190.80 77 0666 6300 RE PM W/RET REQTY I(W)4"(BRK)(100MIL) LF 2,644.00 0.50 1,322.00 0.85 2,247.40 0.40 1,057.60 78 0666 6315 RE PM W/RET REQTY I(Y)4"(SLD)(100MIL) LF 14.00 0.50 7.00 6.50 91.00 0.40 5.60 79 0672 6010 REFL PAV MRKR TY II-C-R EA 681.00 6.25 4,256.25 6.50 4,426.50 6.00 4,086.00 80 0677 6001 ELIM EXT PAV MRK&MRKS(4") LF 19,224.00 0.75 14,418.00 0.90 17,301.60 0.70 13,456.80 81 0677 6003 ELIM EXT PAV MRK&MRKS(8") LF 4,499.00 1.25 5,623.75 1.85 8,323.15 1.00 4,499.00 82 0677 6008 ELIM EXT PAV MRK&MRKS(ARROW) EA 14.00 32.00 448.00 120.00 1,680.00 28.00 392.00 83 0677 6012 ELIM EXT PAV MRK&MRKS(WORD) EA 14.00 35.00 490.00 130.00 1,820.00 31.00 434.00 84 0680 6002** INSTALL HWY TRF SIG(ISOLATED) EA 2.00 18,000.00 36,000.00 20,000.00 40,000.00 19,800.00 39,600.00 85 0680 6004 REMOVING TRAFFIC SIGNALS EA 2.00 2,700.00 5,400.00 3,000.00 6,000.00 2,900.00 5,800.00 86 0682 6001 VEH SIG SEC(12")LED(GRN) EA 16.00 200.00 3,200.00 230.00 3,680.00 220.00 3,520.00 87 0682 6002 VEH SIG SEC(12")LED(GRN ARW) EA 12.00 200.00 2,400.00 230.00 2,760.00 220.00 2,640.00 88 0682 6003 VEH SIG SEC(12")LED(YEL) EA 16.00 200.00 3,200.00 230.00 3,680.00 220.00 3,520.00- 89 0682 6004 VEH SIG SEC(12")LED(YEL ARW) EA 12.00 200.00 2,400.00 230.00 2,760.00 220.00 2,640.00 90 0682 6005 VEH SIG SEC(12")LED(RED) EA 16.00 200.00 3,200.00 230.00 3,680.00 220.00 3,520.00 91 0682 6006 VEH SIG SEC(12")LED(RED ARW) EA 10.00 200.00 2,000.00 230.00 2,300.00 92 0682 6023 BACK PLATE(12")(3 SEC) 220.00 2,200.00 EA 24.00 55.00 1,320.00 60.00 1,440.00 58.00 1,392.00 93 0682 6025 BACK PLATE(12")(5 SEC) EA 2.00 60.00 120.00 70.00 140.00 68.00 136.00 94 0684 6031 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 1,149.00 1.65 1,895.85 1.50 1,723.50 2.00 2,298.00 95 0684 6033 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 119.00 2.00 238.00 1.75 208.25 2.00 238.00 96 0684 6038 TRF SIG CBL(TY A)(14 AWG)(12 CONDR) LF 310.00 2.50 775.00 2.30 713.00 2.00 620.00 97 0684 6046 TRF SIG CBL(TY A)(14 AWG)(20 CONDR) LF 1,370.00 5.00 6,850.00 4.50 6,165.00 5.00 6,850.00 98 0686 6048 INS TRF SIG PL AM(S)l ARM(44')LUM&ILSN EA 1.00 10,500.00 10,500.00 11,000.00 11,000.00 11,000.00 11,000.00 99 0686 6216 IN TRF SG PL AM(5)2ARM(55-36')LUM&ILSN EA 1.00 29,000.00 29,000.00 32,000.00 32,000.00 30,800.00 30,800.00 100 0686 6252 IN TRF SG PL AM(S)2ARM(60-44')LUM&ILSN EA 1.00 30,000.00 30,000.00 33,000.00 33,000.00 31,600.00 31,600.00 BASE BID PATIN SMITH CHASCO BID ITEM NO. SP ITEM DESCRIPTION UNIT APPROX. UNIT TOTAL UNIT TOTAL UNIT TOTAL ITEM NO. QUANTITY PRICE PRICE PRICE PRICE PRICE PRICE 101 0686 6280 IN TRF SG PL AM(5)2ARM(65-44')LUM&ILSN EA 1.00 31,000.00 31,000.00 34,000.00 34,000.00 32,400.00 32,400.00 102 0690 6009 REMOVAL OF CABLES LF 3,207.00 1.05 3,367.35 1.15 3,688.05 1.10 3,527.70 103 6001 6002 PORTABLE CHANGEABLE MESSAGE SIGN EA 2.00 3,000.00 6,000.00 10,000.00 20,000.00 4,100.00 8,200.00 104 6002 6001 VIVDS PROCESSOR SYSTEM EA 4.00 3,700.00 14,800.00 4,000.00 16,000.00 3,850.00 15,400.00 105 6002 6002 VIVDS CAMERA ASSEMBLY EA 11.00 1,600.00 17,600.00 1,800.00 19,800.00 1,800.00 19,800.00 106 6002 6003 VIVDS SET-UP SYSTEM EA 2.00 620.00 1,240.00 650.00 1,300.00 640.00 1,280.00 107 6002 6005 VIVDS COMMUNICATION CABLE(COAXIAL) LF 2,867.00 3.20 9,174.40 3.25 9,317.75 3.50 10,034.50 108 6185 6003 TMA(MOBILE OPERATION) HR 140.00 80.00 11,200.00 70.00 9,800.00 72.00 10,080.00 109 - ITERIS EDGE CONNECT CARD EA 2.00 2,600.00 5,200.00 2,900.00 5,800.00 2,750.00 5,500.00 110 AXIS NETWORK PTZ CAMERA EA 2.00 3,700.00 7,400.00 4,000.00 8,000.00 3,960.00 7,920.00 111 - ETHERNET CABLE CAT 6(FOR PTZ) LF 340.00 4.20 1,428.00 4.50 1,530.00 5.00 1,700.00 112 ILSN(LED)(8 S) EA 7.00 2,600.00 18,200.00 2,900.00 20,300.00 2,750.00 19,250.00 113 ETHERNET CAT-5E CABLE(FOR RADIO) LF 340.00 5.25 1,785.00 5.50 1,870.00 6.00 2,040.00 114 TITAN INTEGRATED BROADBAND 2.4/5.8 GHZ RADIO EA 2.00 2,000.00 4,000.00 2,100.00 4,200.00 2,100.00 4,200.00 115 BROADBAND ANTENNA EA 2.00 270.00 540.00 275.00 550.00 275.00 550.00 116 OPTICOM DETECTOR-GTT MODEL 722 EA 6.00 1,250.00 7,500.00 1,300.00 7,800.00 1,320.00 7,920.00 117 OPTICOM PHASE SELECTOR-GTT MODEL 764 EA 2.00 4,000.00 8,000.00 4,500.00 9,000.00 4,300.00 8,600.00 118 OPTICOM CARD RACK-GTT MODEL 760 EA 2.00 630.00 1,260.00 675.00 1,350.00 660.00 1,320.00 119 OPTICOM CABLE-GTT MODEL 138LF 1,654.00 4.20 6,946.80 4.50 7,443.00 5.00 8,270.00 120 COMNETETHERNETSWITCH EA 2.00 1,600.00 3,200.00 1,700.00 3,400.00 1,650.00 3,300.00 TOTAL= $2,922,762.55 TOTAL= $3,676,621.97 TOTAL= $3,396,438.00 JOB NAME: HARRELL PARKWAY ROADWAY IMPROVEMENTS JOB LOCATION: ROUND ROCK,WILLIAMSON COUNTY,TEXAS OWNER: CITY OF ROUND ROCK BID DATE: July 19,2018 Bidder PATIN SMITH CHASCO Attachments: Bid Bond Bid Form Yes Yes Yes Yes Yes Yes Statement of Bidder's Safety Experience Yes Yes Yes OSHA 300 Logs Yes No Yes BID TABULATION BASE BID PATIN SMITH CHASCO BID ITEM NO. SP ITEM DESCRIPTION UNIT APPROX. UNIT TOTAL UNIT TOTAL UNIT TOTAL ITEM NO. QUANTITY PRICE PRICE PRICE PRICE PRICE PRICE 1 0100 6002 PREPARING ROW STA 25.00 1,500.00 37,500.00 2,000.00 50,000.00 5,150.00 128,750.00 2 0104 6017 REMOVING CONC(DRIVEWAYS) SY 787.00 37.00 29,119.00 24.00 18,888.00 10.00 7,870.00 3 0104 6021 REMOVING CONC(CURB) LF 219.00 3.00 657.00 7.00 1,533.00 8.00 1,752.00 4 0105 6008 REMOVING STAB BASE AND ASPH PAV(6") SY 202.00 5.00 1,010.00 4.00 808.00 16.00 3,232.00 5 0105 6029 REMOVE STAB BASE&ASPH PAV(24") SY 769.00 10.00 7,690.00 21.00 16,149.00 14.00 10,766.00 6 0105 6039 REMOVE STAB BASE AND ASPH PAV(6"-20") SY 41.00 15.00 615.00 18.00 738.00 27.00 1,107.00 7 0106 6002 OBLITERATING ABANDONED ROAD SY 156.00 25.00 3,900.00 20.00 3,120.00 10.00 1,560.00 8 0110 6001 EXCAVATION(ROADWAY) CY 3,507.00 5.00 17,535.00 21.00 73,647.00 21.00 73,647.00 9 01106002 EXCAVATION(CHANNEL) CY 709.00 5.00 3,545.00 23.00 16,307.00 31.00 21,979.00 10 0110 6003 EXCAVATION(SPECIAL) CY 950.00 5.00 4,750.00 23.00 21,850.00 32.00 30,400.00 11 0132 6006 EMBANKMENT(FINAL)(DENS CONT)(TY C) CY 24,357.00 13.00 316,641.00 30.00 730,710.00 33.00 803,781.00 12 0160 6003 FURNISHING AND PLACING TOPSOIL(4") SY 25,035.00 2.00 50,070.00 1.00 25,035.00 1.50 37,552.50 13 0164 6035 DRILL SEEDING(PERM)(RURAL)(CLAY) SY 25,035.00 0.50 12,517.50 0.16 4,005.60 0.60 15,021.00 14 0168 6001 VEGETATIVE WATERING MG 410.00 100.00 41,000.00 20.00 8,200.00 30.00 12,300.00 15 0169 6005 SOIL RETENTION BLANKETS(CL 2)(TY E) SY 616.00 2.00 1,232.00 5.25 3,234.00 7.00 4,312.00 16 0247 6041 FLBS(CMP IN PLC)(TYA GRI-2)(FNAL POS) CY 2,457.00 42.00 103,194.00 41.00 100,737.00 47.00 115,479.00 17 0310 6009 PRIME COAT(MC-30) GAL 3,036.00 4.70 14,269.20 4.25 12,903.00 4.00 12,144.00 18 103406011 D-GR HMA(SQ)TY-B PG64-22 TON 2,932.00 90.00 263,880.00 73.00 214,036.00 76.00 222,832.00 19 0340 6048 D-GR HMA(SQ)TY-C SAC-B PG70-22 TON 412.00 107.00 44,084.00 100.00 41,200.00 90.00 37,080.00 20 0340 6120 D-GR HMA(SQ)TY-D SAC-B PG70-22 TON 287.00 110.00 31,570.00 100.00 28,700.00 90.00 25,830.00 21 0360 6020 CONC PVMT(JOINTED-CPCD)(10") SY 8,176.00 47.00 384,272.00 67.00 547,792.00 73.00 596,848.00 22 0432 6003 RIPRAP(CONC)(6 IN) CY 3.00 400.00 1,200.00 500.00 1,500.00 580.00 1,740.00 23 0432 6033 RIPRAP(STONE PROTECTION)(18 IN) CY 290.00 100.00 29,000.00 90.00 26,100.00 130.00 37,700.00 24 0462 6001 CONC BOX CULV(3 FT X 2 FT) LF 232.00 180.00 41,760.00 235.00 54,520.00 240.00 55,680.00 25 0464 6001 RC PIPE(CL 111)(12 IN) LF 54.00 36.00 1,944.00 54.00 2,916.00 55.00 2,970.00 26 0464 6005 RC PIPE(CL 111)(24 IN) LF 212.00 62.00 13,144.00 79.00 16,748.00 77.00 16,324.00 27 0464 6017 RC PIPE(CL IV)(18 IN) LF 666.00 60.00 39,960.00 72.00 47,952.00 68.00 45,288.00 28 046S6018 INLET(COMPL)(PCO)(4FT)(LEFT) EA 1.00 3,500.00 3,500.00 4,700.00 4,700.00 4,200.00 4,200.00 29 0465 6019 INLET(COMPL)(PCO)(4FT)(RIGHT) EA 1.00 3,500.00 3,500.00 4,700.00 4,700.00 4,200.00 4,200.00 30 0465 6400 INLET(COMP)(EXT)(TY II) EA 12.00 1,500.00 18,000.00 3,300.00 39,600.00 9,700.00 116,400.00 31 0466 6033 HEADWALL(CH-FW-30)(DIA=18 IN) EA 2.00 2,500.00 5,000.00 1,500.00 3,000.00 3,000.00 6,000.00 32 0466 6164 WINGWALL(FW-S)(HW=3 FT) EA 2.00 51000.00 10,000.00 7,000.00 14,000.00 4,200.00 8,400.00 33 0467 6107 SET(TY 1)(5=3 FT)(HW=3FT)(4:1)(P) EA 2.00 4,500.00 9,000.00 5,000.00 10,000.00 5,500.00 11,000.00 34 0467 6322 SET(TY 11)(12 IN)(RCP)(3:1)(C) EA 4.00 3,000.00 12,000.00 1,300.00 5,200.00 1,500.00 6,000.00 35 0467 6358 SET(TY 11)(18 IN)(RCP)(4:1)(C) EA 2.00 3,500.00 7,000.00 1,500.00 3,000.00 2,000.00 4,000.00 36 0467 6363 SET(TY 11)(18 IN)(RCP)(6:1)(P) EA 4.00 3,500.00 14,000.00 1,900.00 7,600.00 2,500.00 10,000.00 37 0467 6391 SET(TY 11)(24 IN)(RCP)(4:1)(P) EA 1.00 4,000.00 4,000.00 2,100.00 2,100.00 3,500.00 3,500.00 38 0496 6004 REMOV STR(SET) EA 2.00 500.00 1,000.00 400.00 800.00 200.00 400.00 39 0496 6007 REMOV STR(PIPE) LF 71.00 50.00 3,550.00 12.00 852.00 16.00 1,136.00 40 05006001 MOBILIZATION LS 1.00 125,000.00 125,000.00 225,000.00 225,000.00 177,000.00 177,000.00 41 0502 6001 BARRICADES,SIGNS AND TRAFFIC HANDLING MO 8.00 1,500.00 12,000.00 2,000.00 16,000.00 2,500.00 20,000.00 42 0506 6002 ROCK FILTER DAMS(INSTALL)(TY 2) LF 80.00 24.00 1,920.00 25.00 2,000.00 20.00 1,600.00 43 0506 6011 ROCK FILTER DAMS(REMOVE) LF 80.00 24.00 1,920.00 7.00 560.00 2.00 160.00 44 0506 6020 CONSTRUCTION EXITS(INSTALL)(TY 1) SY 240.00 25.00 6,000.00 11.00 2,640.00 11.00 2,640.00 45 0506 6024 CONSTRUCTION EXITS(REMOVE) SY 240.00 38.00 9,120.00 7.00 1,680.00 2.00 4810.00 BASE BID PATIN SMITH CHASCO BID ITEM NO. SP ITEM DESCRIPTION UNIT APPROX. UNIT TOTAL UNIT TOTAL UNIT TOTAL ITEM NO. QUANTITY PRICE PRICE PRICE PRICE PRICE PRICE 46 0506 6038 TEMP SEDMT CONT FENCE(INSTALL) LF 4,555.00 2.20 10,021.00 2.00 9,110.00 2.00 9,110.00 47 0506 6039 TEMP SEDMT CONT FENCE(REMOVE) LF 4,555.00 0.60 2,733.00 0.30 1,366.50 0.25 1,138.75 48 0512 6005 PORT CTB(FUR&INST)(F-SHAPE)(TY 1) LF 570.00 60.00 34,200.00 68.00 38,760.00 71.00 40,470.00 49 0512 6053 PORT CTB(REMOVE)(F-SHAPE)(TY 1) LF 570.00 12.00 6,840.00 10.00 5,700.00 10.00 5,700.00 50 0529 6005 CONC CURB(MONO)(TY II) LF 3,920.00 10.00 39,200.00 10.00 39,200.00 10.00 39,200.00 51 0529 6008 CONC CURB&GUTTER(TY II) LF 777.00 12.00 9,324.00 14.00 10,878.00 12.00 9,324.00 52 0529 6038 CONC CURB(RIBBON) LF 2,134.00 12.00 25,608.00 13.00 27,742.00 10.00 21,340.00 53 0530 6004 DRIVEWAYS(CONC) SY 99.00 45.00 4,455.00 75.00 7,425.00 70.00 6,930.00 54 0536 6002 CONC MEDIAN SY 1,372.00 35.00 48,020.00 55.00 75,460.00 40.00 54,880.00 55 0545 6005 CRASH CUSH ATTEN(REMOVE) EA 1.00 250.00 250.00 900.00 900.00 900.00 900.00 56 0545 6019 CRASH CUSH ATTEN(INSTL)(5)(N)(TL3) EA 1.00 10,000.00 10,000.00 13,000.00 13,000.00 11,000.00 11,000.00 57 0550 6003 CHAIN LINK FENCE(REMOVE) LF 60.00 30.00 1,800.00 6.00 360.00 6.00 360.00 58 0618 6018 CONDT(PVC)(SCH 40)(1")(CONC ENCSE) LF 330.00 2.50 825.00 17.00 5,610.00 16.00 5,280.00 59 0618 6025 CONDT(PVC)(SCH 40)(2")(CONC ENCSE) LF 1,030.00 3.20 3,296.00 18.00 18,540.00 17.00 17,510.00- 60 0618 6062 CON DT(RM)(3/4") LF 20.00 5.00 100.00 17.00 340.00 17.00 340.00 61 0620 6006** ELEC CONDR(NO.10)INSULATED LF 3,135.00 2.00 6,270.00 1.50 4,702.50 1.50 4,702.50 62 0636 6001 ALUMINUM SIGNS(TY A) SF 44.00 36.00 1,584.00 25.00 1,100.00 150.00 6,600.00 63 0644 6004 IN SM RD SN SUP&AM TYIOBWG(1)SA(T) EA 3.00 950.00 2,850.00 575.00 1,725.00 600.00 1,800.00 64 0644 6009 IN SM RD SN SUP&AM TYIOBWG(1)SB(P) EA 4.00 720.00 2,880.00 600.00 2,400.00 600.00 2,400.00 65 0644 6010 IN SM RD SN SUP&AM TYlOBWG(1)SB(P-BM) EA 1.00 1,160.00 1,160.00 900.00 900.00 900.00 900.00 66 0644 6012 IN SM RD SN SUP&AM TYIOBWG(1)SB(T) EA 3.00 1,050.00 3,150.00 775.00 2,325.00 750.00 2,250.00 67 0644 6027 IN SM RD SN SUP&AM TYS80(1)SA(P) EA 4.00 850.00 3,400.00 575.00 2,300.00 550.00 2,200.00 68 0644 6028 IN SM RD SN SUP&AM TYS80(1)SA(P-BM) EA 1.00 1,375.00 1,375.00 1,000.00 1,000.00 900.00 900.00 69 0644 6033 IN SM RD SN SUP&AM TYS80(1)SA(U) EA 3.00 1,320.00 3,960.00 650.00 1,950.00 615.00 1,845.00 70 0644 6056 IN SM RD SN SUP&AM TYTWT(1)UA(P) EA 13.00 550.00 7,150.00 450.00 5,850.00 415.00 5,395.00 71 0644 6058 IN SM RD SN SUP&AM TYTWT(1)UB(P) EA 7.00 625.00 4,375.00 550.00 3,850.00 500.00 3,500.00 72 0644 6076 REMOVE SM RD SN SUP&AM EA 7.00 320.00 2,240.00 300.00 2,100.00 300.00 2,100.00 73 06S86046 INSTL OM ASSM(OM-2X)(WC)GND EA 8.00 95.00 760.00 55.00 440.00 84.00 672.00 74 0666 6006 REFL PAV MRK TY I(W)4"(DOT)(100MIL) LF 196.00 1.10 215.60 0.85 166.60 1.00 196.00 75 0666 6036 REFL PAV MRK TY I(W)8"(SLD)(100MIL) LF 2,040.00 2.20 4,488.00 1.25 2,550.00 1.35 2,754.00 76 0666 6048 REFL PAV MRK TY I(W)24"(SLD)(100MIL) LF 505.00 20.00 10,100.00 7.00 3,535.00 5.15 2,600.75 77 0666 6054 REFL PAV MRK TY I(W)(ARROW)(100MIL) EA 12.00 220.00 2,640.00 130.00 1,560.00 87.00 1,044.00 78 0666 6057 REFL PAV MRK TY I(W)(DBLARROW)(100MIL) EA 5.00 285.00 1,425.00 150.00 750.00 260.00 1,300.00 79 0666 6078 REFL PAV MRK TY I(W)(WORD)(100MIL) EA 12.00 285.00 3,420.00 140.00 1,680.00 110.00 1,320.00 80 0666 6093 REFL PAV MRK TY I(W)(RR XING)(100MIL) EA 8.00 780.00 6,240.00 350.00 2,800.00 700.00 5,600.00 81 0666 6167 REFL PAV MRK TY II(W)4"(BRK) LF 300.00 0.85 255.00 7.00 2,100.00 0.60 180.00 82 0666 6170 REFL PAV MRK TY II(W)4"(SLD) LF 565.00 0.85 480.25 0.40 226.00 0.60 339.00 83 0666 6178 REFL PAV MRK TY II(W)8"(SLD) LF 1,152.00 1.25 1,440.00 0.75 864.00 1.05 1,209.60 84 0666 6182 REFL PAV MRK TY II(W)24"(SLD) LF 211.00 9.70 2,046.70 2.00 422.00 4.00 844.00 85 0666 6184 REFL PAV MRK TY II(W)(ARROW) EA 5.00 115.00 575.00 70.00 350.00 74.00 370.00 86 0666 6185 REFL PAV MRK TY II(W)(DBL ARROW) EA 3.00 220.00 660.00 80.00 240.00 160.00 480.00 87 0666 6192 REFL PAV MRK TY II(W)(WORD) EA 5.00 220.00 1,100.00 80.00 400.00 100.00 500.00 88 0666 6196 REFL PAV MRK TY II(W)(RR XING) EA 7.00 375.00 2,625.00 140.00 980.00 340.00 2,380.00 89 0666 6207 REFL PAV MRK TY II(Y)4"(SLD) LF 304.00 0.85 258.40 0.40 121.60 0.55 167.20 90 0666 6300 RE PM W/RET REQTY I(W)4"(BRK)(100MIL) LF 460.00 1.20 552.00 0.80 368.00 0.85 391.00 91 0666 6303 RE PM W/RET REQTY I(W)4"(SLD)(IOOMIL) LF 565.00 1.20 678.00 0.80 452.00 0.85 480.25 92 0666 6315 RE PM W/RET REQTY I(Y)4"(SLD)(100MIL) LF 604.00 1.20 724.80 0.80 483.20 0.85 513.40 93 0672 6010 REFL PAV MRKR TY II-C-R EA 108.00 8.00 864.00 7.25 783.00 6.00 648.00 94 0677 6008 ELIM EXT PAV MRK&MRKS(ARROW) EA 1.00 285.00 285.00 130.00 130.00 110.00 110.00 95 0677 6012 ELIM EXT PAV MRK&MRKS(WORD) EA 1.00 410.00 410.00 140.00 140.00 160.00 160.00 96 0678 6001 PAV SURF PREP FOR MRK(4") LF 1,169.00 0.50 584.50 0.30 350.70 0.10 116.90 97 0678 6004 PAV SURF PREP FOR MRK(8") LF 1,152.00 1.00 1,152.00 0.60 691.20 0.20 230.40 98 0678 6008 PAV SURF PREP FOR MRK(24") LF 211.00 2.20 464.20 1.50 316.50 1.15 242.65 99 0678 6009 PAV SURF PREP FOR MRK(ARROW) EA 5.00 70.00 350.00 60.00 300.00 31.00 155.00 100 0678 6010 PAV SURF PREP FOR MRK(DBL ARROW) EA 3.00 95.00 285.00 70.00 210.00 37.00 111.00 Vol 0678 6016 PAV SURF PREP FOR MRK(WORD) EA 5.00 85.00 425.00 70.00 350.00 32.00 160.00 102 0678 6020 PAV SURF PREP FOR MRK(RR XING) EA 7.00 95.00 665.00 110.00 770.00 79.00 553.00 103 0678 6033 PAV SURF PREP FOR MRK(RPM) EA 59.00 15.00 885.00 1.25 73.75 3.50 206.50 BASE BID PATIN SMITH CHASCO BID ITEM NO. SP ITEM DESCRIPTION UNIT APPROX. UNIT TOTAL UNIT TOTAL UNIT TOTAL ITEM NO. QUANTITY PRICE PRICE PRICE PRICE PRICE PRICE 104 0688 6005 VEH LP DETECT(SAWCUT)(14 AWG)(BLK) LF 300.00 9.00 2,700.00 13.00 3,900.00 12.00 3,600.00 105 6185 6003 TMA(MOBILE OPERATION) HR 20.00 85.00 1,700.00 70.00 1,400.00 200.00 4,000.00 106 CORR ITEM 401 PEA GRAVEL CY 2.50 300.00 750.00 35.00 87.50 200.00 500.00 107 CORR ITEM 403 CONCRETE CY 21.00 180.00 3,780.00 160.00 3,360.00 360.00 7,560.00 108 CORK ITEM 406 REINFORCING STEEL LBS 630.00 1.00 630.00 1.00 630.00 1.50 945.00 109 CORR ITEM 501** JACKING OR BORING 24-IN DIA STEEL PIPE LF 295.00 440.00 129,800.00 475.00 140,125.00 470.00 138,650.00 110 CORR ITEM 501** JACKING OR BORING 30-IN DIA STEEL PIPE LF 295.00 540.00 159,300.00 575.00 169,625.00 600.00 177,000.00 111 CORR ITEM 509 TRENCH SAFETY SYSTEMS LF 310.00 1.15 356.50 1.00 310.00 12.00 3,720.00 112 CORR ITEM 510** PIPE,12-IN DIA DI,ALL DEPTHS,INCLUDING EXAVATION AND BACKFILL LF 355.00 70.00 24,850.00 84.00 29,820.00 58.00 20,590.00 113 CORR ITEM 510** PIPE,16-IN DIA DI,ALL DEPTHS,INCLUDING EXAVATION AND BACKFILL LF 320.00 100.00 32,000.00 110.00 35,200.00 83.00 26,560.00 114 CORR ITEM 510** PIPE,2-IN DIA HDPE,ALL DEPTHS,INCLUDING EXAVATION AND BACKFILL LF 10.00 125.00 1,250.00 130.00 1,300.00 137.00 1,370.00 115 CORR ITEM 510 PIPE,4-IN DIA PVC,ALL DEPTHS,INCLUDING EXAVATION AND BACKFILL LF 620.00 5.00 3,100.00 24.00 14,880.00 34.00 21,080.00 INSTALLING OR RECONNECTING SERVICE TO EXISTING 116 CORR ITEM 510 PIPE(16-IN DIA IN 18-IN DIA) EA 1.00 4,300.00 4,300.00 4,000.00 4,000.00 7,000.00 7,000.00 INSTALLING OR RECONNECTING SERVICE TO EXISTING 117 CORR ITEM 510 PIPE(12-IN DIA IN 24-IN DIA) EA 1.00 2,500.00 2,500.00 2,200.00 2,200.00 2,500.00 2,500.00 118 CORR ITEM 511** VALVE-2-IN BALL EA 1.00 2,000.00 2,000.00 1,000.00 1,000.00 1,400.00 1,400.00 119 CORR ITEM 511 VALVE-I6-IN GATE EA 1.00 10,000.00 10,000.00 7,000.00 7,000.00 8,350.00 8,350.00 120 CORR ITEM 511 VALVE-I2-IN TAPPING EA 1.003,000.00 3,000.00 8,000.00 8,000.00 5,500.00 5,500.00 CHAIN LINK VEHICULAR GATE,6 FT X 30 FT DOUBLE- PANEL ROLLING GATE,60-FOOT WIDE CLEAR OPENING 121 CORR ITEM 701 (TWO 30-FT GATE WIDTHS)WITH LOCKING DEVICE, EA 2.00 11,000.00 22,000.00 11,000.00 22,000.00 31,500.00 63,000.00 FRAMING,CHAIN LINK FENCE FABRIC,GATE POSTS, ROLLERS,AND OTHER APPURTENANCES AS SPECIFIED REMOVING AND RELOCATING-SPLIT RAIL FENCE WITH 122 CORR ITEM 702 STONE COLUMNS LF 120.00 50.00 6,000.00 32.00 3,840.00 95.00 11,400.00 REMOVING AND RELOCATING-STACKED WOOD RAIL 123 CORR ITEM 702 FENCE LF 200.00 150.00 30,000.00 140.00 28,000.00 40.00 8,000.00 124 CORR ITEM 702 REMOVING AND RELOCATING-CABLE FENCE LF 120.00 50.00 6,000.00 45.00 5,400.00 37.00 4,440.00 CONTINUOUS HINGE,48:H X 36"WX12"D NEMA 3R TO BE 125 JB-JUNCTION BOX FURNISHED WITH BACKBOARD AND 2-INERNALLY DIVIDED SECTIONS,POLE MOUNTING HARDWARE, EA 1.00 2,000.00 2,000.00 2,500.00 2,500.00 1,600.00 1,600.00 HOFFMAN OR APPROVED EQUAL OUTDOOR FIXED MOUNT BULLET CAMERA,5 MPx, INTEGRATED ADAPTIVE IR ILLUMINATION,REMOTE 126 C-CAMERA ZOOM,POLE MOUNTING HARDWARE,POWER SUPPLY, EA 1.00 1,250.00 1,250.00 15,000.00 15,000.00 5,300.00 5,300.00 ETHERNET TYPE PROTOCOL,PELCO SARIX IBP SERIES ENVIRONMENTAL BULLET CAMERA OR APPROVED EQUAL HEAVY DUTY INDUSTRIAL SLIDER,120VAC-SINGLE PHASE, REFER TO MECHANICAL SPECIFICATIONS,WITH CONTROLLER FOR ACCEPTING CARD READER AND G1-GATE OPERATOR KEYPAD INPUTS,LOOP DETECTOR INPUTS,REMOTE 127 WITH CONTROLLER INPUT FROM SECURITY PANEL AND TELEPHONE,OUTPUT EA 1.00 15,000.00 15,000.00 15,000.00 15,000.00 6,700.00 6,700.00 RELAY TO ACTIVATEOTHER GATE OPERATOR,TIMER, SURGE PROTECTION,MAGLOCK,INTEGRAL POWER DISCONNECT AND NEMA 3R ENCLOSURE,PLATNUM ACCESS SYSTEMS OR APPROVED EQUAL BASE BID PATIN SMITH CHASCO BID ITEM NO. SP ITEM DESCRIPTION UNIT APPROX. UNIT TOTAL UNIT TOTAL UNIT TOTAL ITEM NO. QUANTITY PRICE PRICE PRICE PRICE PRICE PRICE HEAVY DUTY INDUSTRIAL SLIDER,120VAC-SINGLE PHASE, REFER TO MECHANICAL SPECIFICATIONS,WITH RELAY FOR ACCEPTING OPEN/CLOSE SIGNAL FROM Gl,SURGE 128 G2 GATE OPERATOR PROTECTION,MAGLOCK,INTEGRAL POWER DISCONNECT EA 1.00 8,600.00 8,600.00 9,000.00 9,000.00 6,300.00 6,300.00 AND NEMA 3R ENCLOSURE,PLATNUM ACCESS SYSTEMS OR APPROVED EQUAL PEDESTAL FOR MOUNTING CARD READER, GOOSENECK TELEPHONE/INTERCOM AND KNOX,HEAVY-DUTY STEEL 129 PEDESTAL CONSTRUCTION,12-INCH THROW,42-INCH HIGH,BASE EA 1.00 610.00 610.00 600.00 600.00 1,601.00 1,601.00 PLATE,BLACK POWDER COAT FINISH,DURAGATE OR APPROVED EQUAL WEATHERPROOF HOUSING AND SUN SHADE FOR TELEPHONE KEYPAD AND SPEAKER,CARD READER AND K/T/CR-ACCESS KNOX KEY SWITCH;POWER SUPPLY;STEEL POWDER 130 CONTROL STATION COATED ENCLOSURE WITH STAINLESS STEEL FACE, EA 1.00 1,350.00 1,350.00 1,300.00 1,300.00 13,500.00 13,500.00 GOOSENECK MOUNTING HARDWARE,AMERICAN ACCESS SYSTEM OR APPROVED EQUAL.CARD READER SHALL BE COMPATABLE WITH OWNER'S EXISTING CARDS 6-INCH DIA.SCHEDULE 80 STEEL POST,HOT DIPPED 131 BL-BOLLARD GALVANIZED,FILLED WITH CONCRETE,WITH REFLECTIVE EA 6.00 1,250.00 7,500.00 800.00 4,800.00 500.00 3,000.00 TAPE BANDS AND ANCHOR STUDS 132 SS6120 6001 DEAD END ROADWAY BARRICADE LF 64.00 35.00 2,240.00 28.00 1,792.00 27.00 1,728.00 133 1 1 SS6120 6002 ICORR STREET END MARKER EA 30.00 400.00 12,000.00 140.00 4,200.00 130.00 3,900.00 134 557012 6001 CURB INLET SEDIMENT PROTECTION LF 30.00 12.00 360.00 10.00 300.00 6.00 180.00 135 5510000 6001 ADJUST CORK WASTE WATER MANHOLE EA 2.00 500.00 1,000.00 3,000.00 6,000.00 1,925.00 3,850.00 TOTAL= $2,524,614.65 TOTAL= $3,264,527.65 TOTAL= $3,549,994.40 1111116k NW August 17, 2018 Mr. Bill Stablein City of Round Rock 2008 Enterprise Dr. Round Rock, Texas 78664 Re: Harrell Parkway/US 79 Roadway Improvements Dear Mr. Stablein, On July 191h, 2018 HDR Engineering assisted the City in opening bids for the above referenced projects. Three responsive bid proposals were submitted for the Harrell Parkway/ US 79 Roadway Improvements with total bid prices of $5,447,377.20 (Patin Construction), $6,941,149.62 (Smith Contracting Company) and $6,946,432.40 (Chasco Constructors). Patin Construction is the apparent low bidder. It should be noted that that the bid tab summary for Smith Contracting resulted in a total of $6,941,149.62 different from the bid amount of$6,936,149.62 shown on the bid forms (a difference of$5,000). Also,the OSHA 300 logs were not provided by Smith Contracting. To meet the Local Government Project Policy (LGPP) requirements, a bid tabulation was prepared and submitted to the City and Texas Department of Transportation (TxDOT). Based on TxDOT's review it was determined that Patin Construction and Smith Contracting are not on TxDOT's pre- qualified contractors list and therefore, not eligible to bid on projects on the State's roadway system. (Email from TxDOT is attached for reference.) Based on our review of the bids and information received from TxDOT, Chasco Constructors is the only eligible contractor to work on this project. Therefore, we recommend the City of Round Rock accept the bid of Chasco Constructors, LTD., L.L.P., in the amount of $6,946,432.40. We will prepare the Notice of Award Letter and other contract documents to be forwarded to Chasco Constructors if the City of Round Rock concurs with this recommendation. Sincerely, HD Engineering, Inc. Benedict P. Patrick, P.E., PTOE Project Manager hdrinc.com 810 Nesters Crossing,Suite 120 Round Rock.TX 78681-7839 (512)685-2900 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-403575 Chasco Constructors Round Rock,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/13/2018 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. US79&Harrell Parkway Harrell Parkway and Brushy Creek Plant Road(Roadway Improvements) US79(Intersection Improvements)from Red Bud Lane to Kenney Fort Blvd. 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Charles J Glace,JR.2002 Trust Round Rock,TX United States X Anthony J.Glace 2002 Trust Round Rock,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is ? and my date of birth is t l My address is1 V IB J t 1 -� !2 0 J ill. (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in t//J 4 L/Ams(W County, State of �-�?' aR"� ,on the day of�G /+N r' 0 t , (month) (year) S g ature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711 CERTIFICATE OF INTERESTED PARTIES FORM 3.295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-403575 Chasco Constructors Round Rock,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/13/2018 being filed. City of Round Rock Date Acknowledged: 09/13/2018 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. US79&Harrell Parkway Harrell Parkway and Brushy Creek Plant Road(Roadway Improvements) US79(lntersection Improvements)from Red Bud Lane to Kenney Fort Blvd. 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Charles J Glace,JR.2002 Trust Round Rock,TX United States X Anthony J.Glace 2002 Trust Round Rock,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711