Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Partners Remodeling - 10/25/2018
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 yy y� AGREEMENT made as of the E 4"t V1 Op )day of in the year 20.k. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Partners Remodeling,Restoration,&Waterproofing ("Contractor") 3219 Harpers Ferry Lane Austin,TX 78745 The Project is described as: Stark Park Improvement Project (Demolition of existing park amenities,site prep, construction of concrete flatwork,installation of new park amenities,rehabilitation of tennis courts,and masonry) The Engineer is: CORK PARD 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 I U 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 111 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 ninety ( 90 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 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 )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. IARTICLE 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 One hundred fifty-six thousand,one hundred sixteen dollars and seventy-five cents. ($156,116.75 ),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 . Yes X .If yes,please provide details below: Alternate 1 Alternate 2 I 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 I 111 I I ARTICLE 5 PAYMENTS 1 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. 111 ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 I I p I 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 111 7.1.3 The Supplementary,Special,and other Conditions of the Contract are those contained in the Project Manual dated September 2018 7.1.4 The Specifications are those contained in the Project Manual dated September 2018 7.1.5 The Drawings,if any,are those contained in the Project Manual dated September 2018 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated September 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 September 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: 111 ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Katie Baker,P.L.A. Park Development Manager (512)341-3355 kbaker@roundrocktexas.gov 8.3 Contractor's representative is: Daniel Besa Co-Owner 3219 Harpers Ferry Lane,Austin,TX 78745 (512)825-3950 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 1 4 11 I 111 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 Pthe 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 Imore 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 111 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. 0 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) 111 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. 111 OWNER CONTRACTOR ' CITY I 'ROU P 'OCK TEXAS V\tT f ,GYL( Nk film `'� I _ .4- iiii A-rG - 1 Printed ame: ,� % , Printed Name: �, r 'P*i Title M1 >p Title: go—au II Date Signed: 19-40. l9;. Date Signed: /ON ATTEST: fratit, L,-- 0 City erk FOR CITY,APPROVED AS TO FORM: ‘C( Attorney 0 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 Bond 4420766 I 111 I PERFORMANCE BOND THE STATE OF TEXAS111 § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Partners Remodeling,Restoration,&Waterproofing,LLC of the City of Austin , County of Travis , and State of Texas , as Principal, andSureTec Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held 111 and firmly bound unto THE CITY OF ROUND ROCK,TEXAS,(Owner),in the penal sum of One hundred fifty-six thousand,one hundred sixteen dollars and seventy-five cents Dollars ($ 156,116.75 ) 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 —24th— 4,4%1— day of 44Gtobeti `'it.20 18 to which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Stark Park Improvement Project I 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 111 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. I Page 1 00610 7-2009 Performance Bond 00090656 I 1 I II PERFORMANCE BOND (continued) I Sure for value received, stipulates and agrees that no chane extension of time, alteration or Surety, P b'r change, addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, 111 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. IIN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 25th day of October ,2018 . IIPartners Remodeling Restoration & Waterproofing, LLC SureTec Insurance Company Principal Surety Dew,c-t. James F Siddons Printed Name Printed Nam J( /...i'(1 �� Th----773y: Ti ---" c---- By: Title: �� � Title. A orney-m-Fact Address: 3219 Harpers Ferry Lane Address: 1330 Post Oak Blvd, Ste 1100 Austin Tx 78745 Houston TX 77056 II 1 Resident Agent of Surety: IIISignature Printed Name Street Address City, State&Zip Code 1 5 I 0 Page 2 0 00610 7-2009 Performance Bond 00090656 I IBond 4420766 IPAYMENT BOND I THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § I That Partners Remodeling,Restoration,&Waterproofing of the Cityof Austin Countyof , Travis , and State of Texas as Principal, and SureTec Insurance Co. I authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of I One hundred fifty-six thousand,one hundred sixteen dollars and seventy-five cents Dollars ($ 156,116.75 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, Iand assigns,jointly and severally,by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated I the -2-5 tiT (phi day of , 2018 , 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: Stark Park Improvement Project I I 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. IPROVIDED, 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 Ilength herein. I I Page 1 I 00620 7-2009 00090656 Payment Bond I I I I PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract,or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 25th day of October ,2018 . Partners Remodeling Restoration & Waterproofing, LLC SureTec Insurance Company Principal Surety ,,,, .C.St - James F Siddons Printed Name Printed Nam 411' By: -10( -4Z/ 1ov/ft_ Title: e, - Title: Attorney-in-Fact Address: 3219 Harpers Ferry Lane Address: 1330 Post Oak Blvd, Ste 1100 Austin TX 78745 Houston TX 77056 Resident Agent of Surety: tY: Signature Printed Name Street Address I Page 2 00620 7-2009 Payment Bond 00090656 ACIOREP Ille......•*" CERTIFICATE OF LIABILITY INSURANCE DATE th011tDONYYlff 07/192018 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(iss)must have ADDITIONAL INSURED provisions or be endorsed. 111h1 — If SUBROGATION IS WAIVED,subject to the Ierrns and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does riot confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER C°1'"AcT MICHELLE NAME. WARD INSURANCE GROUP fAIC .Eko: (817)605.0065 1 AIC,NO (817)605.0084 1801 Precinct Line Rd ettiss: MICHELLE©WARDINSGROURCOM Ste.B INSURERIS)AFFORDING COVERAGE NAIC* i Hurst TX 76054 msuRER A, Certain Underwriters at Lloyds INSURED • mum 3, Essex Insurance Company Partners Remodeling Restoration&Welerprooting LLC INSURER e i ECOGREEN LANDSCAPING LIC,AUSTIN INFINITY POOLS INSURER 11: 3219 Harpers Ferry Ln ' INSURER E i Au Sbn TX 78745,6722 INSURER F: COVERAGES CERTIFICATE NUMBER: GLIB-719MM REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POL ICY PERIOD INDICATED NOTWITHSTANDING ANY REOUtREmENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO V.:HI CH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. 1 , misEXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTIet TYPE OF INSURANCE ADOL SUBR POLICY EFF PD t NMI WVID POLICY NUMBEFPOLICY EXP ISA MiDO/YrInt) 1.4114VUDONYM LIMITS COMMERCIAL GENERAL mature EACH OCCURRENCE 1.000.000 DAMAGE.TO RENTED snein leo CLAINS,MADE ri OCCUR PREMISES(En oco,iingl00) S. .--- - MED EXP(Anono person) $ 5.000 A 111 DTWGC53315 y 07/23,2018 07)2312019 p,E3soNAL s Au,ip,i,juRy $ 1,000,000 P . &NI.AGGREGATE Likur APPUES PEti , GENERAL AGGREGATE ._ s 2.00O.000 -1- I X POLICY ri Ta. ri LOC OTHER. PRODUCTS..,COMPOP ACIO- $ 2.0°°," _ Employee Benefits s AUTOMOBILE.LIABILITY COMBINEO SINGLE LIMIT Ea accident a I ANY AUTO BODILY INJURY(Per msan) S OWNED . SCHEouteo BODILY INJURY(Pet..modonl) $ AUTOS CAILY Amos , HIRED NON-OWNED '''.i'' 1' WAGL. .AUTOS ONLY AUTOS ONLY „eel ita:Aterti 0 , $ ..... .... _ __ .. UMBRELLA DAD Li 1 000 000 OCCUR EACH OCCURRENCE $ * . • B X EXCESS UA D EZXS 1021329 07)2312018 0712312019 AciR,EGATE s 1,000,000 CLAIMS.MAOE DEO [ RETENTIONS ...._ WORKERS COMPENSATION - - ' - -AND EMPLOYERS'LIASILITY .'4 STATUTE ER ANY PROPRIETORPARTNEREXECU'I IA. D OFFICERMEMBER EXCLUOED1 PY'A EL EACH ACCIDENT S PAIIndatory In Ntij EL DISEASE-FA EMPLOYEE $ DESCRIPTION 4OF OPERATIONS below EL.DISEASE.POLICY LIMIT $ • . _ DESCRIPTION OP OPERATIONS I LOCATIONS I VEHICLES IACORD 101,Additional Reinarhs Schedule,may be attached If Howe spume Is(Implied) CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED ON THE ABOVE LISTED GENERAL LIABILITY POLICY 0 . CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN CITY OF ROUND ROCK , ACCORDANCE WITH THE POLICY PROVISIONS, 211 EAST MAIN ST AUTHORIZED REPRESENTATIVE ..44701..;•t. ROUND ROCK TX 78504 , 6' i 01988-2015 ACORD CORPORATION, All rights reserved. ACORD 25(2019103) The ACORD name and logo are registered marks of ACORD THE CITY OF ROUND ROCK PARKS&RECREATION DEPARTMENT BIDS EXTENDED AND CHECKED 301 West Bagdad BY: RLM Round Rock,Texas. 78664 DATE: 10/220/8 (512)218-5540 BID TABULATION SHEET: I of I CONTRACT: Stark Park Improvement Project LOCATION:City Hall Chambers Prime Construction Patin Construction G.Creek Fazzone ASD Consultants Partners Remodeling DATE: October 2nd,2018 APPRO-N UNIT UNIT UNIT UNIT UNIT UNIT ITEM UNIT Q-,Y. PRICE COST PRICE COST PRICE COST PRICE COST PRICE COST PRICE COST 1)Total Mobilization LS 1 $22,000.00 $22,000.00 $4,200.00 $4,200.00 $7,500.00 $7,500.00 $10,350.00 $10,350.00 $10,000.00 $10,000.00 $2,000.00 $2,000.00 2)Construction Entrance LS 1 $7,260.00 $7,260.00 $1,500.00 $1,500.00 $2,400.00 $2,400.00 $1,512.50 $1,512.50 $1,250.00 $1,250.00 $1,200.00 $1,200.00 3)Concrete Washout EA I $1,540.00 $1,540.00 $750.00 $750.00 $1,000.00 $1,000.00 $1,149.50 $1,149.50 $27.50 $27.50 $400.00 $400.00 4)Rock Berm LF 24 $39.39 $2,145.36 $25.00 $600.00 $42.00 $1,008.00 $39.33 $943.92 $32.50 $780.00 $60.00 $1,440.00 5)Erosion Control Log LF 583 $14.67 $8,552.61 $7.50 $4,372.50 $3.60 $2,098.80 $8.41 $4,903.03 $2.75 $1,603.25 $2.25 $1,311.75 6)Tree Protection Fencing LF 623 $3.19 $1,987.37 $3.501 $2,180.50 $5.00 $3,115.00 $3.75 $2,336.25 $1801 $1,744.40 $5.00 $3,115.00 7)Demo&Haul Off LS I $26,257.00 $26,257.00 $7,000.00 $7,000.00 $4,800.00 $4,800.00 $1,815.00 $1,815.00 $72.00 $72.00 $3,500.00 S3,500.60- 8)Unclassified Excavation LS 1 $3,080-001 $3,080.00 $15,000.00 $15,000.00 $4,500.00 $4,500.00 $3,025.00 $3,025.00 $54.00 $54.00 $6,000.00 $6,000.00 9)Concrete Flatwork SF 1110 $18.771 $20,834.70 $15.00 $16,650.00 $800 $8,880.001 $8.17 $9,068.70 $37.80 $41,958.00 $7.00 $7,770.00 10)Tennis Court Fencing LS 1 $54,874.60 $54,874.60 $32,000.00 $32,000.00 $36,000.00 $36,000.00 $23,299.92 $23,299.92 $88.00 $88.00 $25,000.00 $25,000.00 11)Revegetation LS 1 $2,948.00 $2,948.00 $2,200.00 $2,200.00 $2,000.00 $2,000.00 $1,300.75 $1,300.75 $2.62 $2.62 $3,000.00 $3,000.00 TOTAL BASE BID: $151,479.64 $86,453.00 $73,301.80 $59,704.57 $57,579.77 $54,736.75 12)Erosion Control Log LF 880 $8.67 $7,629.60 $7.50 $6,600.00 $3.60 $3,168.00 $8.41 $7,400.80 $2.75 $2,420.00 $225 $1,980.00 13)Tree Protection Fencing LF 153 $1.73 $264.69 $3.50 $535.50 $5.00 $765.00 $3.75 $573.75 $2.80 $428.40 $5.00 $765.00 14)Unclassified Excavation LS 1 $11,316.50 $11,316.50 $22,000.00 $22,000.00 $16,200.00 $16,200.00 $3,025.00 $3,025.00 $54.00 $54.00 $4,000.00 $4,000.00 15)Concrete Flatwork SF 6580 $7.151 $47,047.00 $6.00 $39,480.00 $5.00 $52,640.00 $8.17 $53,758.60 $14.50 $95,410.00 $7.00 $46,060.00 16)Concrete Culvert LS I $4,589.00 $4,589.00 $2,500.00 $2,500.00 $10,000.00 $10,000.00 $2,541.00 $2,541.00 $3,700.00 $3,700.00 $4,500.00 $4,500.00 17)Park Bench EA 1 $1,537.90 $1,537.90 $2,000.00 $2,000.00 $1,200.00 $1,200.00 $968.00 $968.00 $1,850.00 $1,850.00 $1,500.00 $1,500.00 18)Trash Receptacle EA I $1,086.80 $1,086.80 $2,000.00 $2,000.00 $900.00 $900.00 $635.25 $635.25 $500.00 $500.00 $800.00 $800.00 19)Revegetation LS I $8,228.22 $8,22822 $2,200.00 $2,200.00 $2,000.00 $2,000.00 $1,452.00 $1,452.00 $2.62 $2.62 $3,000.00 $3,000.00 TOTAL ALTERNATE BID#1: $81,699.71 $77,315.50 $86,873.00 $70,354.40 $104,365.02 $62,605.00 20)Unclassified Excavation LS 1 $4,014.40 $4,014.40 $25,000.00 $25,000.00 $5,000.00 $5,000.00 $3,025.00 $3,025.00 $54.00 $54.00 $2,000.00 $2,000.00 21)Concrete Flatwork SF 1588 S7.151 $11,354.20 $15.00 $23,820.00 $8.00 $12,704.00 $8.17 $12,973.96 $12.60 $20,008.80 $7.50 $11,910.00 22)Concrete Playcurb LF 123 $19.50 $2,398.50 $25.00 $3,075.00 $30.00 $3,690.00 $36.30 $4,464.90 $28.45 $3,499.35 $55.00 $6,765.00 23)Playground Entry Ramp EA 1 $975.00 $975.00 $1,500.00 $1,500.00 $1,800.00 $1,800.00 $1,512.50 $1,512.50 $1,500.00 $1,500.00 $2,000.00 $2,000.00 24)Park Bench EA 1 $1,537,90 $1,537.90 $2,000.00 $2,000.00 $1,200.00 $1,200.00 $891.25 $891.25 $1,565.00 S1,565.00 $1,500.00 $1,500.00 25)Drinking Fountain EA 1 $8,060.00 $8,060.00 $10,000.00 $10,000.00 $5,100.00 $5,100.00 $4,663.34 $4,663.34 $4,500.00 $4,500.00 $7,000.00 $7,000.00 26)Fitness Post EA 1 $455.00 $455.00 $1,000.00 $1,000.001 $300.00 $300.00 $423.50 $423.50 $800.00 $800.00 $600.00 $60000 27)Relocation of Irrigation Box EA 1 $780.00 $780.00 $5,000.00 $5,000.001 $2,500.00 $2,500.00 $1,205.16 $1,205.16 $600.00 $600.00 $5,000.00 $5,000.00 28)Revegetation EA 1 I $598.00 $598.00 $2,200.00 $2,200MI $1,800.00 $1,800.00 $453.751 $453.75 $2.62 $2.62 $2,000.00 $2,000.00 TOTAL ALTERNATE BID#2: $30,173. $73,595.00 $34,094.00 $29,61336 $32,529.77 $38,775.00 29)Unclassified Excavation LS 1 $8,944.00 $8,944.00 $22,000.00 $22,000.00 $4,800.00 $4,800.00 $3,025.00 $3,025.00 $54.00 $54.00 $2,000.00 $2,000.00 30)Concrete Pavilion Stab SF 495 $21.69 $10,736.55 $35.00 $17,325.00 $15.00 $7,425.00 $11.92 $5,900.40 $11.10 $5,494.50 $14.00 $6,930.00 31)Concrete Flatwork SF 115 $15.26 $1,754.90 $20.00 $2,300.00 $9.00 $1,035.00 $8.17 $939.55 $45.25 $5,203.75 $7.50 $862.50 32)Pavilion Stone Columns EA 4 $950.63 $3,802.52 $6,000.00 $24,000.00 $1,500.00 $6,000.00 $1,149.50 $41598.00 $900.00 $3,600.00 $1,400.00 $5,600.00 33)8'Picnic Table EA 1 $2,470.00 $2,470.00 $2,500.00 $2,500.00 $1,200001 $1,200.00 $1,610.51 $1,610.51 $1,250.00 $1,250.00 $2,000.00 $2,000.00 34)ADA 8'Picnic Table EA 1 $2,405.00 $2,405.00 $2,500.00 $2,500.00 $1,500.00 $1,500.00 $1,563.32 $1,563.32 $1,100.00 $1,100.00 $2,00000 $2,000.00 35)Trash Receptacle EA 1 I $11086.80 $1,086.80 $1,000.00 $1,000.00 $900.00 $900.00 $635.25 $635.25 $450.00 $450.00 $800.00 $800.00 36)Grll EA I $1,05040 $1,050.40 $1,00000 $1,000.00 $600.00 $600.00 $54450 $544.50 $600.00 $600.00 $1,00000 $1,000.00 37)Revegetation LS 1 $473.20 $473.20 $2,200.00 $2,200.00 $1,500.00 $1,500.00 $453.75 $453.75 $2.621 $2.621 $1,00000 $1,000.00 TOTAL ALTERNATE BID t13: $32,72337 $74,825.00 $24,960.00 $19,270192. 8 $17,754.87 $22,150 TOTAL(ALL BIDS) $296,075.72 $312,188.50 .M9,228.80 $178,942.61 $212,229.43 $178,30915 AlAgN —edv ROUND ROCK TEXAS PARKS AND RECREATION October 4,2018 RE: Recommendation to Award—Stark Park Improvement Project Dear Mr. Atkins, On October 2, 2018 at 10:30 a.m., bids were opened for the above referenced project. Six (6) responsive bid proposals were submitted, with the lowest total bid submitted by Partners Remodeling, Waterproofing, and Restoration in the amount of$178,309.25. The bid was broken into a single base bid with three (3) additional alternate bids. Partners' bid was as follows: $54,736.75 (Base Bid#1), $62,605.00 (Alternate #1), $38,775.00 (Alternate#2), and $22,192.50 (Alternate#3). The base bid tools into consideration all ADA repairs and tennis court repairs. Alternate #I included a walking loop throughout the park. Alternate #2 included a fitness area complete with a small climbing wall. Alternate #3 included construction associated with a small pavilion. The neighborhood was given a survey in which they ranked the alternate options if the budget would not allow construction of all alternate options. The neighborhood ranked the alternates in order with #1 being the first choice, #2 being the second choice, and #3 being the final choice. Based upon my review of the Bid Tabulation, neighborhood input, and analysis of the funding available, 1 recommend the City of Round Rock accept the base bid proposal, Alternate fl, and Alternate#2 submitted by Partners' in the amount of$156,116.75. If additional information is required, please advise. Mayor Craig Morgan Sincerely, Mayor Pro-tem Writ Baese Council Members Tammy Young Rene Flores Matthew Baker Katie Baker PLA I ASLA Will Peckham Park Development Manager Ililda Montgomery City of Round Rock—Parks and Recreation Department City Manager Laurie Hadley Enclosures City Attorney, cc: Project File Stephan L.Sheets CITY OF ROUND ROCK--PARKS AND RECREATION DEPARTMENT-301 West Bagdad,Suite 250-Round Rock,Texas 78664 Phone:512.218.5540-Fax:512.218.5548-www.ci.round-rock.tx.us 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 I Name:of bueWass'entilty,fIfl'Jhq tots r,aftfd.the7cIty,,state,atrd cuuntrr of tire bositmss,entity'a,place- Zertilleateo NqmVet-, of business.— —11' — .." I I T 11, - . , .� . -1 - . 11 201Y-'416509 Partners Remodeling Restoration and Waterproofing Austin,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 10/18/2018 being filed. City fo Round Rock Park and Recreation Date Acknowledged: Provide the by the:qovernrnontal-entlty or state agency-to track,or Identify t)wcomarit,art4providea 'description brfthe serVices,goods,or othe'rpropeTtylobe provided under the contract. Stark Park Build new sidewalk and shelter pads 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling T Intermediary City of Round Rock,PARD Round Rock fX Uhifed'stiates, X* 5 Check only if there is NO Interested Party. F-1 6 UNSWORN DECLARATION _y 19aq My name is V3 ygt— and m daJe.oJ WrIh is t)51 Oq My address is ""J IN , -7 CNT, US (street) (city) (state) (zip code) (country) r ty of perjury that the foregoing is true and correct. J' '* rk' 01.1 County, State of on the Iq day of NAdbc1f.,20jJL. T (monfji) (year), 0� Cb I D .......... '°0�rl 4 04 Signature of authorized Lnt ol aw�ctin s entity "t)�I� le11, (Declarant) Forms provided by Texas Ethcs Commission www.ethics.state,tx.us Version V1.0.6711 CERTIFICATE OF INTERESTED PARTIES FORM 3.295 lofl 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. 2018-416509 Partners Remodeling Restoration and Waterproofing Austin,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 10/18/2018 being filed. City fo Round Rock Park and Recreation Date Acknowledged: 10/23/2018 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. Stark Park Build new sidewalk and shelter pads 4 Nature of interest Name of Interested Party City,State,Country(place of business (check applicable) Controlling Intermediary City of Round Rock, PARD 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