Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Environmental Safety Services, Inc. - 1/28/2016
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 Contracto+Ak.rn, I' AGREEMENT made as of the M day of vVlin 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 Environmental Safety Services, Inc ("Contractor") 14101 Hwy 290 West Bldg 400, Suite C Austin, TX (512)-989-2259 The Project is described as: Sonoma 2013C Channel Erosion The Engineer is: K Friese & Associates, Inc. 1120 S. Capital of Texas Highway City View 2, Suite 100 Austin, TX _(512)-338-1704 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged, Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 8-2012 Page I of 5 Standard Form of Agreement 00196575 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 sixty ( 60 ) 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 one thousand and No/100 Dollars ($ 1,000.00 ) 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 seventy-five ( 75 ) 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 one hundred twelve thousand seven hundred sixty-seven dollars and seventy- five cents. ® ($ 112,767.75 ), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates which are described in the Contract Documents and are hereby accepted by Owner: NA NiA Page 2 of 5 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon. Applications for Payment submitted to Engineer and Owner by Contractor, and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender, Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the City of.Round Rock General Conditions, and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month, ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth (10th) day of a month, Owner shall make payment to Contractor not later than the tenth (l Oth) day of the next month. If an Application for Payment is received by Engineer and Owner after the application date fixed above, payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment, 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require, This schedule, unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty (30) days after all Work on the Contract has been fully performed. Defects in the Work discovered prior to final payment shall be treated as non -conforming Work and shall be corrected by Contractor prior to final payment, and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6,1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. Page 3 of 5 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor, as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary, Special, and other Conditions of the Contract are those contained in the Project Manual dated December 2015 7.1.4 The Specifications are those contained in the Project Manual dated December 2015 7.1.5 The Drawings, if any, are those contained in the Project Manual dated December 2015 7.1.6 The Insurance & Construction Bond Forms of the Contract are those contained in the Project Manual dated December 2015 7.1.7 The Notice to Bidders, Instructions to Bidders, Bid Form, and Addenda, if any, are those contained in the Project Manual dated December 2015 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: 01000 -Attachment 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: Alysha Girard, Stormwater Programs Manager 2008 Enterprise Drive Round Rock, TX 78664 agirard(aroundrocktexas.gov (512)-218-6646 8.3 Contractor's representative is: Aaron Neron, Project Manager 14101 Hwy 290 West Austin, TX 78737 aaron(d)esstix.com (940)-455-2660 8.4 Neither Owner's nor Contractor's representative shall be changed without ten (10) days' written notice to the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. Page 4 of 5 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor, subject to proper additions and deductions, all as provided in. the General Conditions, Supplemental. Conditions, and Special Conditions of this Agreement, and Owner agrees to snake payments on. account thereof as provided. therein, track 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. 8.1.0 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 C1T O .V R K, TEXAS Printed Name: YCIl h � �✓yYV Title kAway Date Signed: ATTEST: City Clerk c FO C1 Y, APP OVED TO FORM: City Aft rney EA (toryl ett-b ✓lCk��� rc— Printed Nam : Id e rA` LP 'L)`I ( Title: Date Signed: ��L /l (.0 Page 5 of 5 PB03016800044 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Environmental Safety Services, Inc. of the City of Austin County of Hays , and State of Texas , as Principal, and ***See Below 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 One Hundred Twelve Thousand Seven Hundred Sixty -Seven and 75/100 Dollars ($ 112,767.75 ) 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 Pr*pcipal has entered into certain written Agreement with the Owner dated the -Z-f541-1 day of , 20JL to which the Agreement is hereby referred to and made a part hereof as fully ancY to the same extent as if copied at length herein consisting of, Sonoma 20130 Chante el Erosion (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. ***Philadelphia Indemnity Insurance Company Page 1 00610 7-2009 Performance Bond 00090656 PEIZFORMANTCE 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 (p day of,So-'tyo-r Environmental Safety Services, Inc. Philadelphia Indemnity Insurance Company Principal Surety Jose M. Lopez, Jr. Tom Mulanax Printed Name Printed Name By: Bv: �- Title: President Title: Attorney In Fact Address: 1410ft Hwy 290, Bldg 400, Ste C Address: 231 St. Asaph's Rd Austin, TX 78737 Bala Cynwyd, PA 19004 Resident A of Surety: Signature Tom Mulanax Printed ItiTame 11200 Jollyville Road Street Address Austin, TX 78759 City, State & Zip Code Page 2 00610 7-2009 Performance Bond 00096656 PB03016800044 PAYMENTBOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMISON § That Environmental Safety Services, Inc. , of the City of Austin , County of Hays , and State of Texas as Principal, and ***See Below 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 One Hundred Twelve Thousand Seven Hundred Sixty -Seven and 75/100 Dollars (� _112,767.75 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated the day of _ 20U, to which Agreement is hereby referred to and made a part hereof as fully and4o the same extent as if copied at length herein consisting of: Sonoma 2013C Channel Erosion of the Project) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, - all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. ***Philadelphia Indemnity Insurance Company 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 contrast, or to the work to be performed thereunder. IN WITN SS WHEWF, the said Principal and Surety have signed and sealed this Instrument this f pday of OAnL - " , 20 (40 . Environmental Safety Services, Inc. Principal Jose M. Lopez, Jr. Printed Name By: Title: President Address: 14101 W Hwy 290, Bldg 400, Ste C Austin, TX 78737 Resident A of Surety:. Signature Tom Mulanax Printed Name 11200 Jollyville Rd. Street Address Austin, TX 78759 Page 2 00620 7-2009 00090656 Philadelphia Indemnity Insurance Company Surety Tom Mulanax Printed Name By: Title: Attorney In Fact Address: 231 St. Asaph 's Rd. Bala Cynwyd, PA 19004 Paymcat Ronk '4 CERTIFICATE OF LIABILITY INSURANCE DA14/2DDI 1/14/2016 6 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Rachel Kennedy Whorton Insurance Services PHONE (512)338-1191FAXA/C No (512)336-1196 11200 Jollyville Rd. E-MAIL ADDRESS: RachelK@Whortonins.com Austin TX 78759-4813 INSURED Environmental Safety Services, Inc. 14101 Hwy 290 West Building 400, Suite C INSURERS AFFORDING COVERAGE NAIC # INSURERA:Bitco General Insurance Company 0095 INSURER B :QBE Specialty Insurance company 11515 INSURER C: INSURER D: INSURER E: Austin TX 78737 INSURER F: COVERAGES CERTIFICATE NUMBER:CL1512809797 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBRI POLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE To RENTED PREMISES Ea occurrence $ 100,000 A CLAIMS -MADE OCCUR LP3629945 1/20/2015 9/30/2016 MED EXP (Any one person) $ 5,000 X Contracual Liability PERSONAL &ADV INJURY $ 1,000,000 per GL form GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X JECT PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1,000,000 A X ANY AUTO BODILY INJURY (Per person) $ AUTOLL S OS AUTOS SCHEDULED 3629949 11/20/20159/30/2016 BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED PROPERTY DAMAGE AUTOS Per accident $ PIP -Basic $ 2 500 B X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS -MADE QSX00005335-00 6/10/2015 /30/2016 AGGREGATE $ 2,000,000 DED RETENTION $ $ A WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY Y / N X I TORY LIMITS I ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) C3629941 1/20/2015 9/30/2016 If yes, describe under E.L. DISEASE - EA EMPLOYE $ 11000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1 000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required The General Liability& Auto Liability ) y policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured & the certificate holder that requires such status. The General Liability Policy contains a special endorsement with "Primary and Noncontributory" wording. The General Liability, Auto Liability & Workers Compensation policies include a blanket waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured & the certificate holder that requires it. CERTIFICATE HOLDER r`AKIt Cl i eTrnr� j rosenthal@ roundrocktexas . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 2008 Enterprise Dr Round Rock, TX 78664 AUTHORIZED REPRESENTATIVE Jim Whorton/RKENN f� ACORD 25 (2010/05) ©1988-2010 ACORD .4 1. CORPORATION. All rights reserved. INSOZS l�n�nn51 n1 Tho Ar`r1Rr1 n�mn ern �cnic4nrur! manic of Ar`r1Rrl CERTIFICATE OF INTERESTED PARTIES FORM 1295 101`1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-3931 Date Filed: 01/19/2016 Date Acknowledged; 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Environmental Safety Services, Inc Austin, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Round Rock 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 goods or services to be provided under the contract. 000000 Sonoma 2013 Channel Erosion 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT ear, or affirm, under penalty of perju above disclosure is true and correct. Signature of autho ' ed agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE t Sworn to and subscribed before me, by the said �! "�'� this the day of V Or LJ , 20_to certify which, witness my hand and seal of office. qyA & �, Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath r-urms provi❑e❑ uy i exas tmics commission www.etnics.state.tx.us Version V1.0.34032 Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34032 CERTIFICATE OF INTERESTED PARTIES FORM .1295 1 0f 1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos, 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-3931 Date Filed: 01/19/2016 Date Acknowledged: 01/19/2016 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Environmental Safety Services, Inc Austin, TX United States 2 Name of governmental entity or state agency that is a parry to the contract for which the form is being filed. City of Round Rock 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 goods or services to be provided under the contract. 000000 Sonoma 2013 Channel Erosion 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34032 THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities & Environmental Services 2008 Enterprise Drive BY . Round Rock, Texas 78664 DATE: 12/2/2015 BID TABULATION SHEET: 1 of 1 CONTRACT: 2013C Channel Erosion Environmental Safety LOCATION: 2008 Enterprise Drive Services Statement of Safety? Yes CRU Statement of Safety? Yes Austin Filter S stems Statement of Safety? Yes Statement of Safety? DATE: 12/2/2015 Addendum(s)? N/A Addendum(s)? N/A Addendum(s)? N/A Addendum(s)? Bid Bond? Yes Bid Bond? Yes Bid Bond? Yes Bid Bond? ITEM h ITEM DESCRIPTION AP OX. QTY. UNITPRICE UNIT COST UNIT PRICE COST *UNIT PRICE COST UNIT PRICE COST I Mobilization 2 Class C (Top Soil), Plan Quantity 1 62 LS $15,0 00.00 $15,000.00 $9,500.00$9,500.00 $15,000.00 $15,000.00 $0.00 3 Leveling Pad (Class A Cone) 101 CY LF $62.00 $3,844.00 $150.00 $9,300.00 $132.00 $8,184.00 $0.00 4 Excavation Safety Protective Syst 2109 SF $20.00 $1.00 $2,020.00 $2,109.00 $175.00 $4.00 $17,675.00 $8,436.00 $97.00 $8.00 $9,797.00 $16,872.00 $0.00 5 Gabions, Twisted Woven Wire 313 CY $235.00 $73,555.00 $330.00 $103,290.00 $442.00 $138,346.00 $0.00 $0.00 6 Bermuda Block Sodding 367 SY $5.00 $1,835.00 $13.00 $4,771.00 $10.00 $3,670.00 $0.00 7 Native Seeding, Hydromulch 857 SY $1.00 $857.00 $5.50 $4,713.50 $2.00 $1,714.00 $0.00 8 Soil Retention Blanket, Class 1 21.2 SY $1.50 $318.00 $7.00 $1,484.00 $8.00 $1,696.00 $0.00 9 Soil Retention Blanket, Class 2 304 SY $6.50 $1,976.00 $20.00 $6,080.00 $17.00 $5,168.00 $0.00 10 Protective Fencing Type A 25 LF $5.00 $125.00 $15.00 $375.00 $24.00 $600.00 $0.00 11 Tree Removal 4 EA $1,000.00 $4,000.00 $2,500.00 $10,000.00 $1,800.00 $7,200.00 $0.00 12 Rock Berm 40 ILF $35.00 $1,400.00 $75.00 $3,000.00 $81.00 $3,240.00 $0.00 13 Stabilized Construction Entrance 1 EA $2,000.00 $2,000.00 $2,500.00 $2,500.00 $3,700.00 $3,700.00 $0.00 14 JErosion Control Log 33 LF $17.00 $561.00 $70.00 $2,310.00 $52.00 $1,716.00 $0.00 15 1 Safety Fence 553 LF $1.75 $967.75 $7.00 $3,871.00 $6.00 $3,318.00 $0.00 16 lBarricades,Signes, and Traffic 2 MO $1,100.00 $2,200.00 $5,000.00 $10,000.00 $2,600.00 $5,200.00 $0.00 GRAND TOTAL: $112,767.75 $197,305.501 1 $225,421.001 $0.00 �.V .4 UU11 t- [lit -,-ices un 13,1(11 01.111