Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-12-08-09-G5 - 8/9/2012
1 i RESOLUTION NO. R-12-08-09-G5 WHEREAS, the City of Round Rock has duly advertised for bids for the Chandler Creek (CC- 1L)—Wastewater Improvements Project, and WHEREAS, C.C. Carlton Industries, Ltd. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of C.C. Carlton Industries, Ltd., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with C.C. Carlton Industries, Ltd. for the Chandler Creek (CC-1L) — Wastewater Improvements Project. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter F; hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 9th day of August, 2012. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: SARA L. WHITE, City Clerk 0:Awdox\SCClntsV0112V1204\MUNICIPAD00255220.DOC 2' I 1 ROUNDROCK,TEXAS City Council Agenda Summary Sheet f PURPOSE.PASSION.PROSPERITY. 4 1 t Agenda Item No. G5. t Consider a resolution authorizing the Mayor to execute a contract with C.C. Carlton, Ltd. Agenda Caption: for the Chandler Creek(CC-1L)Wastewater Improvements Project. Meeting Date: August 9, 2012 Department: Utilities and Environmental Service Staff Person making presentation: Michael Thane, P.E. Utilities and Environmental Services Director s Item Summary: This contract is for the construction of the Chandler Creek (CC-1L) Wastewater Interceptor Improvements Project F which is 1,267 feet of a 24-inch wastewater line. This project will connect to the existing CC-1 Wastewater Interceptor that was constructed with the Legends Village Subdivision, Section 2, Phase 4 wastewater line improvements. This project allows adequate wastewater volume for the continuation of the future Chandler Creek Upper Phase Wastewater Line that will continue north from Legends Village. There were 16 bids presented to the City for this project. The lowest bid recommended by the engineer Waeltz and Prete, Inc. was received from C.C. Carlton Industries, Ltd. for the amount of $197,963.65. The City Utility staff recommends City Council to approve this contract for construction. { Cost: $197,963.65 Source of Funds: Self-Financed Wastewater Construction Date of Public Hearing(if required): N/A Recommended Action: Approval F X i 3 WAELTZ & PRETE, INC. ° W-P CIVIL. ENGINEERS June 20, 2012 I Mr. Jeff Bell Project Manager i City of Round Rock Utilities and Environment Services 2008 Enterprise Dr Round Rock, TX 78664 g i Re: Chandler Creek (CCA L) -Wastewater Improvements Engineer's Letter of Recommendation Dear Mr. Bell, As you are aware bids were received on June 14, 2012 for the above referenced project. A total of sixteen (16) bids were received, with C.C. Carlton Industries, Ltd. of Austin, Texas submitting the lowest bid in the amount of $197,963.65 for the alternate bid. C.C. Carlton Industries, Ltd. has completed many public works projects in the Central Texas area. Based upon past performance and submission of the lowest and best bid, we recommend award to C.C. Carlton Industries in the amount of$197,963.65. I If you have any questions or comments regarding this matter, please do not hesitate to call. gl Sincerely, Antonio A. Prete, P.E., CFM, CPESC Principal 4 4 k 3000,10E DIMAGGIO BLVD, SUITE#72, ROUND ROCK,TEXAS 78665 fl (512) 505-8953 (FIRM Tx REG.# F-10308) i. f Pn44Gt:CMMNr posh 1(CC•1L)-Waslewlror hnprove-M, Oaecrlpllon:Mat and Oralmge knpro-dot, Owns:City o/Round It ck WAELTZ&PRETE,INC. Job Ntmben 0104103 CIVIL ENGINEERS BW Data:Jum 14,2012 t�A'x P,a Bid Dat:Ju-1 Routs Rack,Wlln,mwn C-ly,Taxu FonyNe Bro01en MNasllu<1ure, Pa11n Comtn 140it,LLC -CsshC"I-Voo _ - Co-ompmry, SWaClera Comlruclbn,Lid. LLC Im. Cenlnl Road 6 u1nity.Ltd - Austin En9lmed0 Co.,Ina. j"Conahugbn Compar0',LLC KaysllM om Comhlon,Im aaba,w o �.zv; - uka a na9.7 o4,,„ �.."" °mow _ o a - g49rro awl. - ,. Rd nartl ...... QPpnbly Unn._UPn Prke _. Cml Und Price Cost Udl Price Coal Unil Prk Cpl TIIMI Rice _. Coal ,;U01 Pnu Coal unl Rke Cost Uni Pn<e Cml 1 TOW 6bbllizalm pay- 1 LS $21,0000 $ 21,00,00 $25,00,0 E 25,000.00 $5,00.44 f 50000 $20.BW,W S 2080000.S 11,]480 $ 11,748.0 $15,00000 5 16,000.00 S 34.000.00 $ 36,000.00 3 18,2000 $ 16.", 2 Capital WWovemsnl 3qn 1 EA $1.0000 5 1,000.00 E 650.00 S 650.0 $1.000.0 $ 1,000'-:.$ NOW $ 500,00 3 1.068.00 3 I.066.0:5 950.0 f 950.00 $ 22000 $ 2,200.0 S 1,200.00 $ 1,mw 3 Stabikzed ComVucem EnVance 1 EA $1,500.0 3 1,5WdO 3 120.00 $ 1,200.0 S 2,000.W $ 2,00000 3 2.00000 $ 2,00.W 3 1,020.80 $ 1,020.60:5 1,100.0 5 1,10,0 S 1,20.00 3 1.200.0 S 1,600.00 S Lactow 4 Prolediva Tlm Fendrig 365 LF ',.$ 5.00 $ 1.8250 S 2.00 E 730.0 $ 300 $ 1,060 $ LW S 1.40.00 $ 3.20 $ 1,16800 $ 3.60 5 "laW'.S 3.0 3 1,085.00 S 5.00 $ 1,825.0'. 5 &n Fere for Erosion CmV0 1,732 LF $ 225 $ 3,8970,....3 200 $ 3,4540 3 2.30 $ 4,3W.W'.S 300 $ 61198.0 3 2.70 $ 4,678.40 $ 2.00 3 6,3300.3 300 $ 3.196.00 $ IN s 5,198.0 6 Curb lnld Praledbn 2 EA 3 1100 3 2200 3 760 $ 150.0 $ 60.00 S 100.00 S 120.0 $ 240.0$ 106.0 $ 21380 3 1000 $ 2000 s 700 S 140.0'.S 30.0 S 600.0 7 Rock Bem 40 LF 5 6500 S I'm 00 S 3000 f 1,200.05 20.00 $ OWN 5 30.0 3 1.200.0.$ 32.10 3 1.2840 I.S 20M $ 1,0400'.$ 2000 3 80.0'.$ mm 5 1,200W'.. 5 Nm.Neliw Seeding for Eroarm 4,04 SY S 1.0 $ 4.901.0(1-s 0W $ 2.452.0 s 0.30 5 1.471.20 S 050 $ 24520 $ 1.30 E 8,37520 3 050 $ 26520 $ 200 $ 9.60.0 $ 1.W s 3,827.20 Cmdd 9 Sod Ra4en0m Blanket,Cudex It,m 1.168 SY 3 1.75 E 2,04050 3 350 S 40810 $ 1W f $ 2,915 1,]49.0 E 2.0 E 23320 $ 2.10 3 2.44860 $ 300 $ 3.4980S I.N E 1,3320 E 2.50 0 am-",al 10 Tn/RNdoroemenl Abl(TWA). 36 SY S 16.0 5 6400,.$ 000 3 3240 Do $ 600 3 210.W 3 30.0 $ 10BON:$ 53.40 $ 1,922.60�$ 2tl.00 3 936.0 3 600 S 218.0 f 30,0 S 1,08000'- LWrdlok 300.W 4pWaved equal _ 11 Tree Replacement In-kiM(Pm Oak) 1 FA $ I,OW.W 3 1,000.05 850.0 $ 860.0.$ 3W.0 5 3W0,...6 700.0 $ 700 S 1,068.0 3 1,D860 5 4W.00 S 4000',.S 1,500.0 5 UNDO $ 2,3W0D S 2,3WOO 12:Tres Rlplaominl hr"(Gape 1 EA :$ 60.00 $ 0000 $ O5000 S 650.0 $ 3000 $ 3W N',$ 60.W 5 6000 $ 1.06.90 $ 708890 $ 43000 $ 400.0 3 I.BW.W S 1,600 $ 2.1000 5 2.100 k4yNa) 13 JV 1161 Boa MM 3'z 6',IMlud n9 � 2 EA -$5.000.0 $ 10.000.0 $4.000 00 $ 8.000 00 $5,00.00 $ 10.00100 S 4.500,0 $ 9.00000 $ 6,30.30 $ 12,606,W'$ 7.100W S I4 200.0'.s 3,80.0 $ 7.630.0'.,S 9,950.0 S 19.90.0 Bolted Cover and a AmMonenw 14 PC Cmmele Headwall with 1 EA $6.500.W S 6SW W-S 3.!iWW $ 35000'.$5,-W 5 5000W S 3000.0 S 3000W S 5,340.80 5 536090 3 5,800.00 $ 6,800.0 5 u1pat-(42' 3.80.0 $ 3,800.0 7 4,5000 S 4,500 DlWpe) 15 RWk Np-Rap,Type H do-18'. 39 BY 6 100.00 $ 3,900,.$ 7000 3 27300,.E 30.0 3 11700 $ 1300 $ S.070W:5 86.20 f 3.43880 E 30.0 $ 1,95000 $ 10.0 S 1.580.0',S 80.0 f 3,12000 kMuMrq Ml eppunenancea 16 Rpe,42'Gass I9 RCP(a8 depths), 69 LF S 200 N 3 13-SMOG 3 150,00 $ 10 3500 3 1310 $ 9.315 W 1$ 150.00 S 10.350.0 3 147,W $ 10.184.40 $ 144,0 5 9.90.0 3 120.0 5 6,2800 5 180.0 Y 12,420 W'.. h Wmq evAva3m,Ce[h911.eM MI :,PWnwN- 17 Emba U-btc1W1n9PraosriN 1 LS $5.500.0 $ 5.=W-$10000.0 $ 100000 510,000.00 $ 10.000:5 2,OW.W $ 2.00W E 7,267.50 $ 7,26750 3 60,0000 5 0.000 140.00,0 $ 40.00.0 $ 9.eW.0 s 9.800.W PSE Rohl I Way.C4,6n9,M Gnat Wng as x Removing PoNood C., M Comate, Sobitsae PrapareBm and Prod r r /S RNang , - q)..."f ae 9s 18 Ramovel and RNnN,I',Iim of W1W 62 LF $ 210 S 1,530 W S 100 $ 820 W S 5000 a iT s 3,1000 S 6.00 5 sSB.W 3 32.10 S 1.80.20 s 90.0 1 186000'..s 1W.W s 6,20000 S 20.00 s 1,240.0: ��i��. A.PRGTE FaMng - AN 19 Wastewater kbnhde,6'O $9,00.44 $ 9.0000 3 8.60.40 $ 9500.0 E 6.0000 $ia 1 EA 00 0001' 'AS 93759 Bottom . 5. 0 -f 11, .0 3 ,00000.S 10.151,40 $ 10,16140 S 12,00 0. $ 12.000.0-3 8,00.0 $ 8,M.00I S 13.300.0 S 13.50.0 Y Wudiog m.11base,- cd°«.cn,eng.,nd.navvanwrlw'...:' s � B�ONAL 20 WWewalerldannda,6'Dia.. ' 1 FA f 8,300.0 S 8,600.01$9.600,0 E 9500 $7,40.0 $ I.IW.O f 8.80.00 f 6.9000 S 11133.70 $ 11,435.70 $ B,aW.W $ 9.400.00 S 6,9W,W $ 6.9000 S 12,51000 $ 12.540.0 kiv Tipp B Bdted C-c-g'.. )G S,PWwN^anus I 1 1 ✓ 21 Wa.eastar MMhde.VN... 1 EA S GAN 00 $ 8.600 3 7,600.0 $ 7.600.00 $6.50000 3 6.5000.S 7,400.00 3 7400 S 6.334.20 $ 6,33420-$141.000w16 .000w S .00.0 S 7,100,00 $ 7.+.Woo S 10,420.00 $ 10,4200 W,;ding Billed Cover,Cosung,and pn,pWrlenanaa � ', I 22 Wastewater M.Mde,4-Doi., 2 EA 56,900.00 $ 11000'.S 4.50.00 $ 9.000.0 53.60000 $ 7.2000'.S 6,6000 $ 13,2000 $ 4,846.10 1M w Bdlad Corer,Costing, 5 9.29620�$ 4.400,000$ 8,80 $ 5,900 60050 . S 11: 0 3 8.6 .0 S tJ,]W.OI end i N ePpurNn nw i eldadl CANNlrr fn'.J nh L-IFITW.6 bll/1011 P16M ITaHr A.w,/u. DomEll:Chan01•r Cnek 1(CC•tU•WMIewsl4r lmpmvem4Ma Deacdplbn:til-"Dninabs ImpronmaMs IYI-:Cly of Roond RahWAEUrZ&PRETE.INC. Job Number:0/0CIVIL NGIIIECRS Bid 0.-DaJune id,,T012 CIVI W YY Protect Lacaeon:Roots Rock,Wllllanwon Coonly,Teiis '7 - ' _FonyNeBrolh•n lnfra•lruclore,.- Pain conetrvGbn,LLCCasA CamUuclbn Comlwtry, galla Chn CoruWClbM Lttl.- GMnl Road&UWIy.Ltd. ':T Austin En0lroaArp Co..inc. JKB ConsWclbn ConlpaM,LLC ReyNon•CansWetbn,ln:. LLC nc. 23Ilem QuMUIy UM..y 125.0f ..._fcffiL Il ut Pr¢• __.Cat U.11 Pn<• Cal UMt PnCa Coat ynq Pnca �w1 -__INuI Pnu COsI U I Pr Ce CiQ6t lint Price Cot( 23 ROe,24'HOPEDRI'I,ASTM FIII. - 1,246 LF 5 115.00 f 158.-60.-6 S 170-6 S 212160.-6 f 122.-6 $ 153.-6460 S 129-6 $ 160,992.-6 f 96.-6 S t1.A08.00 S 160-6 f 224,840-6'':$ 145.-6 $ 1W.fWW 3 140-6 S 174,770.-6 PEutDW 1 wpn deWwl. :Incbdirp eapvaban,backAtl,end a9 : epwnenancea '... 24 Pipe PE 4710 Wataw W(WE depd,a).,24•HDPE OR 13.5.ASTM F714,',. 20 LF S 140.00 $ 2 800 W 3 220.00 $ 4,400 00 $ 285.00 S 5,700 00 S 249M 5 4.960 00'..5 120.-6 It 2,560,W $ 180.00 600W$ 3 $ 300.W E 6,000 00 $ 139.00 $ 2,780.00 incbdirp e.cavatbn..bawill.and ell Z.- A-1 Mps21-PVC PS-115,ASTM H712 1,268 LF $ 100.00 5 MAWDD':.$ 155.00 $ 193,84D.00f 11000 S 139.460W $ 112.-6 f 142,016.00 $ 77.60 $ 98,39600 $ 113.00 5 143,16400 $ 80.00 $ 101,44000 S 64W $ loe'W.00 Was"tar(all da0.1sX mdudn9 .-I'm be00l,and•I ':.SpWnanance6 A-2 WEEOEI tar h4�a,Wa,4Cl.IMIW,p. 1 EA $5,9W.W $ 59W.DD $5.00000 S 5.0000 S 3.600.-6 S 3.WO.W 3 8.6-6.00 3 6,60000 $ 4,594]0 S 4,594.70 BEIM Cover COSerg,w all f' d4,44,400,00p, $ 4400W'..g 5.40-6 0. S 5.900.-61 6,140Mf 0,140-6 ' s TMaI BASE Bb Amount $ 278.$78.-6 i f 330.9271 f 144,611.00 3 274,91000 S 238.177.80 �..... 397,-68.-6•:.... t 348.367.00 ....-...-_.. (BEES•Bb It-11hm 24) f 328,663.20 Tel al ALTERNATE Bid Amount It 250,170,60; f 310.90T.W 3 226.16630. S 257,454.-6 f 217,101.40 f 317,030.00 f 26.,767.00 f 260.635.20 (Base Bid Items 11hm 22 a AR BM :.Mmf MUMU A•2J : Enpinnf•Opinlen olProbabp Conslmc0on COEEI: - B." 810 S 2M,00000 Alt. 1.Bid S 214,003.00 ' Highlighted cella IMicete th. cangmtabi•non M•cdbmfs .nor en tM W form. W-1.1.Erlbin•ennb bid wet ra)acUO.A vend bid bots was nol •.bmuted. JIE *ANTONIO A.PRETE t 93759 wty� %"a !CENSE 0 3Y.10NAl .� p�Jlj6 l� dlo-w7aw✓4.c...4•uzau r.a,e mruw77 a:7a,ar Project.Chsndler Creek I(CC4L)•Wubwaler lmprovemen Deserlp1101:Street erM Oranaga I,nprowmaMe Owner.CIV of Rai Rock ELENG LINEER 6q E,INC. Joe Num 41W CIVI DCJ r,vuvc0.c+axo /' Date:J-14,2012 Project l-acetitlbn:Round Rock.Wl6bmeon County,han + :.... :. Anon Conwete Conlradm,LP :.,Coyote Coralructbn Servltas,LLC C.C.CerNon lrxlutMat,LTD. Smltn COMnetl Colne. Lewb Ctmbaclon,lr+c. Prota.9c. Clore-C.-tors rn.,v.., ,aned.- earw,+ ❑vemw. Qa+ e rrc ... ��1h4ui rgrs _. - �scvy ua... .- TQ rrW ru Qsum[w ❑Q_r+V ev QsrW ta_ __ &d 11em ...... -.,Ou.N lY qn4 unk Pncb ...... Cost Tunl Prla Cost .. ONt Pricq. Cost uN(.Ni449211 uNl Pike _ Co}I Lh I Price _ Coal u t Puce Coal 1 Tole)klobliizanon Payment I LS 515.00000 3 15.00000 S 6,350.00 S 5,33000 S 3.626.11 $ 3.62811 S 12,000.W S 12,0(.00 525,00000 $ 25,00000 S t0,00000 $ 10.00000 $24,OW,00 i 24,000.00 2 CaplN lmprovamenl Sign , I EA S 30000 5 WOM:.....3 MOO $ BW(:.....S 1.106.1/ S 1.10611:...i$ SW.W 5 30000 $ 1,000.00 $ 1.000.00 $ 1,DOO.W 3 1.M'00 $ MOO S 850.00 3 SbbOized CoraVucliar Enbanca 1 EA S 1.200.00 S 1,20000 $ 800.00 $ 80000 S 1,01D.56 5 101058'S 1,200.00 S 1,200.00 $ 1.00000 3 1,0DOM $ 2,00000 3 2.000.00 S 1,00000 $ 1,00.0 4 Protecve Tree Fm w 365 LF :5 2.00 $ MOO $ 3.80 $ 1.3870 I3 300 5 1,10595:3 3.00 $ 1.095W 5 350 'S I.V7.50IS 4.60 5 1.64250'':5 250 3 912.60 3 Sit Farce for Ermbn Canted 1,732 LF I$ 2.00 f 3.484.00 S 2.10 f 3.63]20-S 2.08 $ 3.60266',.,.3 T.W $ 3,46400,5 2.10 S 3,837.20':S 300 $ 5,19600',$ 3.00 $ SIKOD 6 CwO Wa Rcea a- 2 EA S 75.00 3 150.00 $ 150.00 $ 300,00 S 77,29 3 15/56',....S 15W $ MOO $ 100.00 3 200.(,5 2,000.00 5 4,00000 S 8000 $ loom'. 7 Rock harm 40 LF $ 3200 $ 1,280.00 S 48.0) 5 1.92000 S 17.24 $ 68960 3 MOO 5 80000',..3 26.00 $ 1,000,00 S 00.00 f 1,20000'.,$ 1]00 $ 880W 8 N-Neaa Sewing for E-an 4.904 SY 5 1.00 5 4.90400 S 380 S 18,63520 $ 1.31 $ 6Ccotrol .42424 S 100 $ 4.90400 $ 0.60 S 2,942.40 5 C.50 5 2,45200 S 1.80 $ 8.82120 9 i&e Retenlioo elenkal.Carlea9a ',. 1,166 SY f 2.20 $ 2,56520 S 3.00 5 3498.00 S 1.72 $ 2.005M$ 180 S 2.09880'5 2.00 5 2,332.00 S 3.00 S 3,19800 3 1.65 5 1,92300'. Wp-W putt 10.Trul Relnforamant Mal(TRM), 36 SY $ 33.00 $ 1,18800 $ Woo $ 2,160.00':f 6.84 $ 246.24 $ 20.00 $ 72000'.$ 22.00 $ 792.00'':3 3000 E 1,050.00':5 8.50 f 234.00 Landbk M.ce approved"6 a 11 Tragi Repl-rim lndtlM(Mn Oek( 1 EA $ 1.000.00 $ 100000,....$ 1.25000 S 1,250.00 $ 53500 $ 53500 3 boom f 50.00 $ S(00 $ 500.00 $ 50000 $ 500.00',E 20000 $ 25000'. 12 Tree RePlaceoen1 1141nd(Cface 1 M d b(00 $ 5000)S 1,240.00 6 1,240M $ 53500 $ 53500:$ 500.00 3 500.00 $ 350.00 $ 350.00 $ SOO.W $ 60000'..b 250.00 $ 150.00 13 Juncli-Box SSMH,5'x 5',ind0in9 2 EA S 4,000.00 $ 600000 $ 6.050.00 $ 121MOD $ 5,096,62 $ 10.19334 $ 5,400.03 $ 10,80000 $ 5,000.00 5 10.000.00 S 5000.00 $ IO.OW00-$ 340000 $ 6,8(00 Bolted Co.,and at app-ances 14 P.0 C-ittleedvallw,tn 1 EA S 4.60000 3 45MM$ 7,500W 9 7,SW.W 3 7,59750 3 ],59760 $ 3800.00 $ 360000 5 9.000.00 $ 0,000.00 520000.00 Dcdipeta6 20,000.00 3 2,00000 3 2.1M 00 n,N2'Rpol Q 15 Po lbpftap.TYpeHdn lfl' 39 SY $ 15000 $ 585000 $ 12500 $ 4,875.00 $ 33.29 $ 1,29831 S 80.00 5 3.12000 E Woo S 3,510 DO f 103.00 E OF TE�� 'rbtud g all eppudanencea $ 3,W('.W f 60.00 5 2,340.00 y�P� 16 R 4'dass It RCP 9tl *09 Pi la eg5s1 69 LF $ 150.W S 1035000 3 183.00 f 12,627.00 5 192.71 $ 13.29099 $ 120.00 f 5,7d0W $ 120.00 5 8,28000 S 12500 S 8,62500 E Ib2.W $ 10./88.( ::••,• • '• a ripo'Jrc�xd+n9 exawnpn beam,anal a1 _ p�•lTONIO A.PF.E7E eppudenenaa 17 EmbeMmen!,hdWirp Preparing 1 LS 3 25,000.00 5 26000.0.3 6,725.00 5 6,72300 $21,580.97 5 215909]-3 5.(000 S 5(000 3 32,000.00 f 32,00000 d 5.000.00 5 5,000.00 $ 9.2(.00 3 8.200.00 ,.Qe 93759• :�tV� Sis of Way...0 antO-,-, a. : f •OENS�Q Remoon9 ay.Clearing Cam id Contra. sub9,atle Pmparaeon,ant Rod �SB�ON.... Rolling �. 18 Ram0YalaMHahttelaBendWood 62 LF _S 76.00 $ 4,85000 S 37.60 $ 2.331.20 3 22.12 5 1,37141 $ 2000 $ 1,24000 $ (.00 d 310000 S 50.( 5 3AMOD S 11J( 5 7,00800 FreKAng 19 vv., ter MamWe.w da 1 M 'S 15,000.( S /5.000.0 $ 7,34200 $ 7,342.00 S 9,304.20 $ 9.30410':3 6.687,( f 6 581( 00 Inducting C851in-P1ea base,BMW :5 20. 0.00 $ 2D,0(W'':$12.000.00 $ 12,000 00':$12.500.00 $ 12,503,00'. COYar,Cocking,era e8 aOPUIMenwa' '., 20 wattr-ler kMnbda,e'Die.. 1 EA 9.500.00 $ 9,8(.00 $ 7,62260 $ 7.822.60':S 8317.17 S 624717':3 6,450.( S 545000'.3 9.0(00 3 9.(0.00':'S 7,000.00 $ 7.000.(1$ S.3W.00 3 8,300.( '.91 iaAog Bolted Cover,Coa9ng,.w 21 WitetaMer Man"..S'De., 1 D' 315,00000 f 15.000.00 E 8,38300 $ 8,363.00 $ 6.426.78 $ 8,42678'$ 5,000.00 $ 500000.412,000.0 f 12000WI1 6,000.( $ 8,000.00',y ],200.00 f 7.200.00 '.0 iud+ng Bolted Coca.Coanng.arW ed app~Wcea 22_Watterrallar!WMde,4'Da.. 2 EA S 5,000.00 $ 10,00000 $ 6AW.W $ 12,2W.00 S 3,312.4 $ 6,825.48 S 4.000.00 S S.(OWIS 8.200.00 $ 1240000 $ SO(.W iS 10.000.00 E 4,100,N $ 8,2(00'. Mu6ng Bolted Coves,CoWng,ant I I alpUp3CAaNAr M<k gat-7M.xlr N1l/.mil PIb 1st li'>M MAS,7m- ...ales.*w%wre..>..-...ur.,+wx.:..:...+.a+-.-rm».�n>:.w.m.•r«.res`+Yr.....xro-.m.m..w.«....,...,•ew.;...,.-+n.rmme..m»-.'w•.-..rcw,M ,,u-+`.*?�my*^vn�^.*+w=rx..•..•:r� n..�v..a.rm'^.�w«m+ .a.•ue+s�.e m.w...,�.a..rvn+w.�wr+swno..a-t-.�.mnrrrw.-..mem-.,.me..,mm.,.<.m+,xw..e..nn..a...-......w............ �mA1!t�.. Pro)•cl:CMndle'Croak I(=1L)-Wa•taw• Inu rovaxrwn D»c limon:81'.9 and Drslna9•Improvslnnh WALL f L&PRETE,INC, Owan,City of Round Rock Job Data: June K23 ra.,nsc NGINEERS Bb 0.1•:Jua/42011 _ rx Pro)eol Location:Round Rook,Williamson County.Texas ' . Arron Concrole Conbaclom,LP Coyoie Comlmetkm 3trvkaa,LLC' C.C.Cadbn kbut6hs,LTD. Smllh COMraedrxp Co,Inc]. L•wh Conbackm,Ixw. Prole,IM. DM•CO Cormwgom o a .a ❑ 0.4 ❑ d4 ❑ «ro ❑aat 4 ❑ ❑ ❑ a .. L7 s.«,w _ .❑wnw ❑tnrvw _ Oea,_ to &E lbm _ — _.,gsu n_1Y,Un l_ Un l Pdce Cosi Unit Pna CCom _ Un,l Pdca Cos! last Piw Coll drat Pna .. Coal U I R p Cat UNI Priv Coal 23 Pipe,"'HDPE DR II,A.STMF714, 1,248 LF S 140.00 3 114)2000'S IID00 3 137,280.00 f 110.76 $ 136.22848 S 14000 3 174,720.00 3 le800 $ 162.20800 S BS.1) S 108,29218 f 11000 $ 13),290.00 PE 4710 Weslmvahr(el dopMaA includkq eauvabal.b MI.and all •ppuManps j 1 , 24 P".24"HDPE DR 115,ASTM F714 20 ! LF 3 150.00 3 3.0110 W',.8 375,00 $ 7,500.00 1 5 161.80 S 3.352M $ 150.00 $ 3.000.00 S 170.00 S 3.400.00 $ 100.35 $ 2DWDO I$ 138,00 $ 2.7 0.00 IPE 4710 Wastrwahr(al depot), I '.. including etteva5a,backbl,and as 'apounenancet Al Pips,21'PVC P8118.ASTM F$79 1.268 LF $ 100.00 $ 128,80000'.3 19,12 3 99,056.16 3 sow 3 a7.49200 $ 10900 $ 136,"400 $ 6500 $ 107,780.00 S 70.00 S 88,78000'3 6900 S 67,49100 Weshnaler(el depot),ka:ludin0 xcavetlon,beck8111 and all .ppunenerrcet I ! A3 Wasiswahr ldenhole.4'Db.Includ nq 1 EA $ 9000.00 $ 9000.00 $ 6.15000 S 6.150,00 $ 5,474.12 S 5.474.12'.3 5.000.00 Belted Cover.Coaling,and all S 50000015 6,5x1,40 3 6.500.00':3 5,00000 $ 5.000.00 3 6,100.00 S 4,100.00 '.. Tot 8,49E Bid Amount 3 215.351.10_ 3 265,483.10 s 748.81601:.. f.........2B7J10.8 226.905.66 _.._.-- 335,-919.10 _ .... ....... __—_—. ',. (Bas•Bb Nems t t1w 2q S 3 $ 158.8]8.80 To 11 ALTERNATE Old Amount 3 273.431.20 S 225,889.58. 3 191,991.681 3 227,932.60] 3 273,801.10'. S 212,453.80 f 210,571.80 (Base Bid items i lMu 22.All Old items A•1 IMu A@) Ergs"tft Opinion of Prob•bh Conaeucllun Cott: Bele BId AMnwle BId HI9hB9hltd Isindicale.... campuhthe bid trrera er tcdbafa ertor on IM bid(am. Mutate En91rlwrinp bid was rejected.A valld bid bend wa al submNtad. OF~TTI ANTONIO N.PRETE Se 93759 :ww (� l�OENS�O G�� "FSS.... ON AL r,. 1-0 OlpddllA,Wr.r n.,l lnxlalJh .611.12 Y:le.pl II'axN Aex.:/a.. EXECUTED ORIGINAL DOCUMENT FOLLOW City of Round Rock,Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the saes V �)day of d 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 C. C. Carlton Industries, Ltd. ("Contractor") 6207 Bee Caves Rd.,Ste.320 Austin,TX 78746 The Project is described as: Chandler Creek.1(CC-IL)-Wastewater Improvements Construction of a 21"wastewater line and a redirection of a 42" storm sewer line and all appurtenances. Generally running parallel -to Kenny Fort Blvdna and a portion of Chandler Creek The Engineer is: Waeltz&Prete, Inc. 3000 Joe DiMaggio Blvd.,#72 Round Rock,Texas 78665 Telephone:512-505-8853 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 S. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shalt 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 7-2010 Page 1 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 TEN1(O_,) 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 ( )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than )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 hundred ninety-seven thousand six hundred sixty-three and 65/100 and- 'kkA 90 Dollars($197,963.65 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas, provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract.The Contract Sum shall be One hundred ninety-seven thousand six hundred sixty-three and 651100 ($_L97,963-65 ),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: A-1 Pipe,21`PVC PS-115 1268 LF A-2 Wastewater Manhole 4'Diameter 1 EA Page 2 of 5 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender, Owner shall make progress payments on account of the Contract Sum to Contractor as provided below,in Article 14 of the City of Round Rock General Conditions,and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth(10th) day of a month, Owner shall make payment to Contractor not later than the tenth(10th)day of the next month. If an Application for Payment is received by Engineer and Owner after the application date fixed above,payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work.The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require. This schedule,unless objected to by Engineer or Owner,shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shalt 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 atter 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 1/31/12 7.1.4 The Specifications are those contained in the Project Manual dated 1/31/12 7.1.5 The Drawings,if any,are those contained in the Project Manual dated 1/31/12 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated 1/31/12 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated 1/31/12 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: 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. i 8.2 Owner's representative is: 8.3 Contractor's representative is: Michael Knight-Project Manager mknight@cccadton.com 512-922-3116(M) 512-476-4282 Ext.103 (0) 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 i l 6 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in i 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. s 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 terns 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 k 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 terns 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 OUND OCK,TEXAS C. C. Carlton Industries, Ltd. Printed Name: Al V1 � Printed C. Craig Carlton N e• Title d�} Title: Manager to the General Partnership Date Signed: Date Signed: 72/2012 it ATTEST: Q4VL1 City FOR ,APPOVED S TO FORM: Tt G • t. ity Atto ey i. Page 5 of 5 I i I I I i I BOND NO. 75086116 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That C. C. CARLTON INDUSTRIES,LTD.of the City of AUSTIN County of TRAVIS , and State of TEXAS , as Principal, and GUARANTEE COMPANY OF TT/�D TT7 AMT:RTCA. TTCA authorized under the law of the State of Texas to act as surety on bonds for principals, are held d Rrrr&bound unto THE CITY OF ROUND ROCK,TEXAS,(Owner), in the penal sum of ONE H DR NINETY TggI ! THOUSAND NINE HUNDRED Dollars 197,963.65 ) for SIXTY THREE AND 651. -------------------------p ($ 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 certalp written Agreement with the Owner dated the -am I(y4%- day of SF- ,2012 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 i herein consisting of. _CHANDLER CREEK 1 (CC-1L) - WASTEWATER (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 Mq 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 5TH day of JULY 520 12. C. C. CARLTON INDUSTRIES, LTD. THE GUARANTEE COMPANY OF NORTH AMERICA USA Princi al � Surety HOWARD COWAN Printed Namej Printed e By: By: Title: % Title: ATTORNEY-IN-FACT Address: 207 BEE CAVES ROAD Address: P. 0. BOX 54020 SUITE 320 LUBBOCK, TEXAS 79453 AUSTIN, TEXAS 78746 Resi Agent of Sur i ature HOWARD COWAN Printed Name 7814 ORLANDO AVENUE Street Address LUBBOCK, TEXAS 79423 City, State&Zip Code I Page 2 006I0 7-2009 Performance Bond j 00090656 BOND NO. 75086116 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That c. c. CARLmN uaisiRIES, LTD of the City of AUSTIN County of TRAVIS and State of TEXAS as Principal, and GUARANTEE COMPANY OF authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held USA 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 NINETY SEVEN THOUSAND NINE HUNDRED SIXTY THREE AND 65/100 Dollars ($ 197,963.65 ) 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 Princi aI has entered into a certain written Agreement with the Owner, dated the I= f6 day of A -'"Mr , 20 12, 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: CHANDLER CREEK 1 (CC-1L) - WASTEWATER IMPROVEMENTS (Name of the Project) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors,workers, laborers, mechanics,and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER,that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 2 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 pians, 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 5TH day of JULY ,20 12 . C. C. CARLTON INDUSTRIES, LTD. THE GUARANTEE COMPANY OF NORTH AMERICA USA Principal Surety HOWARD COWAN Printed Name Printed Nan By: �' By: _,e�A� Title. Title: ATTORNEY-IN-FACT Address: 207 BEE CAVtS ROAD Address: P. 0. BOX 54020 SUITE 320 LUBBOCK, TEXAS 79453 AUSTIN, TEXAS 78746 Resid t gent of Su12 ture HOWARD COWAN ' Printed Name 7814 ORLANDO AVENUE Street Address LUBBOCK, TEXAS 79423 i City, State&Zip Code Page 2 006207-2009 Payment Bond 00090656 From:Deanna Martinez FaxID:210-593-0826 Page 2 of 2 Date:7/62012 01:51 PM Page:2 of 2 CCCAR-1 OP ID: DM ACORa' DATE{MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 07/06/12 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(les) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). O RODUCER 210-593-0820 NAAME CT tegrity Insurance Agency 210-593-0826 a NE (AC'AX No 634 Kerrybrook Ct. an Antonio,TX 78230 E-MAIL Nunzio A Previtera,CIC,CRM ADDRESS: INSURERS AFFORDING COVERAGE NAIC 0 INSURER A:Texas Mutual Insurance Company 22945 SURED C C Carlton Industries,LTD. INSURER 13:Allied P 8r C Fns Co 42579 6207 Bee Caves Rd.,#320 INSURER C:Liberty Surplus Ins Corp10725 Austin, TX 78746 INSURER D:Federal Insurance Company 20281 INSURER E:Chartis Speclafty Insurance Co 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 ADDL SUB TYPE OF INSURANCE POLICY NUMBER MM/D�EF MMI/DDI EXP LIMITS GENERAL LIABILITYEACH OCCURRENCE $ 1,000,00 X COMMERCIAL GENERAL LIABILITY 1000000554-02, 12/08/11 12/08/12 PREMISES Ea occurrence S 50,000 CLAIMS-MADE a OCCUR MED EXP(Any one person) S 5,000 PERSONAL&ADV INJURY S 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG S 2,000,00 JFE;T F-1 POLICYFX PRO- Loc Emp Ben. S 1,000,000 ND AUTOMOBILE LIABILITY Ea aco dent)SINGLE LIMB 1,000,000 ANY AUTO ACPBAPC7243113742 12/08/11 12/08/12 BODILY INJURY(Par person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS X NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS Per accidenti X comP41000 X Coll-$1000 $ UMBRELLA LIAB )( OCCUR EACH OCCURRENCE S 5,000,000 E X EXCESS LIAR CLAIMS-MADE 84597248 12/06/11 12/08/12 AGGREGATE $ 5,000,00 DED RETENTIONSS IN COMPENSATION X WC STATU- OTH- I ER AND EMPLOYERS'LIABILITY T ANY PROPRIETOR/PARTNER/EXECUTNE YIN N N/A SF-0001186154 12/08/11 12/08/12 E.L.EACH ACCIDENT $ 1,000,00 OFFICERIMEMBER EXCLUDEDTFIN (Mandatory In NH) E.L.DISEASE-EA EMPLOYE S 1,000,00 Itdescribe under E.L.DISEASE-POLICY LIMIT S 1,000,00 DESCRIPTION OF OPERATIONS below Equipment Floater 6641516 12/08/11 12/08/12 Leased 8r 100,000 Rented Eq ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (AKach ACORD 101,Additional Remarks Schedule,If more space Is required) oject:Chandler Creek 1 ERTIFICATE HOLDER CANCELLATION 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. City of Round Rock 221 E.Main Street AUTHORIZED REPRESENTATIVE f\ Round Rock,TX 78664 Nunzio A Previtera, CIC,CRM ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD