Loading...
R-13-08-22-G6 - 8/22/2013RESOLUTION NO. R -13-08-22-G6 WHEREAS, the City of Round Rock has duly advertised for bids for the Brushy Creek Regional Trail Gap Project, and WHEREAS, Muniz Concrete and Contracting, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Muniz Concrete and Contracting, Inc., 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 Muniz Concrete and Contracting, Inc. for the Brushy Creek Regional Trail Gap Project. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 22nd day of August, 2013. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: SARA L. WHITE, City Clerk 0112 1304, 00280276 ROUND ROCK TEXAS PURPOSE MOON PROSPERITY City of Round Rock Agenda Item Summary Agenda Number: G.6 Title: Consider a resolution authorizing the Mayor to execute a contract with Muniz Concrete and Contracting, Inc. for the Brushy Creek Regional Trail Gap Project. Type: Resolution Governing Body: City Council Agenda Date: 8/22/2013 Dept Director: Rick Atkins, Director Cost: $1,972,744.00 Indexes: 2002 General Obligation Bonds Attachments: Resolution, Bid Tab Text of Legislative File 13-633 This item would award a contract to Muniz Concrete and Contracting, Inc. for construction of the Brushy Creek Regional Trail Gap Project. The project includes approximately two miles of 10' wide concrete trail from A.W. Grimes Blvd. to the west end of the existing Brushy Creek East Trail behind the Sonoma subdivision. Additional project improvements include site furnishings, two (2) pedestrian bridges and trail head improvements (parking, bike locker, signage) at the Rabb Park. The project has funding from FHWA/TxDOT ($2,300,000), Williamson County ($400,000) and the City of Round Rock ($190,000). Staff has received all of the necessary approvals and concurrence documents from TxDOT to award the project. The project came in $170,645 below the engineers' estimate ($2,143,389). The construction contract is for 270 calendar days which corresponds to construction completion in Summer 2014. Cost: $1,972,744.00 Source of Funds: 2002 GO Bonds Staff recommends approval of the item. City of Round Rock Page 1 Printed on 8/19/2013 Ba tabutrgion ran not mrtcn be form E8 .1 g Al ## F 9888898888888988888888889Q ' g S m - a g ,1 g 25 5. 25 3 rg ! g 5 g 5 g 5 M 8 N 8 Q 8 8 g 8 0 g 8g 3 8 0a 5 « 8 N 8 N 88 N 8 A 0 8 H 8 » 8 H 8 .-A' H 8 ti 8 5 . 8 5 r 8 5.$ 8 „ 8 M 8 2 N 8 s N 8 2§§ N 8 m N 8 H 8 5 N 8 5 « 8 g „ 8 8 5 „ 8 g N 8 8 88 A 8 N 8 8 h 8 „ _Y s? a U C E" 88899.988g ffi 89992 m 88$ $ 8 2 88888888888888888888888 8 5 5 6 882 25 S § 5 P. 5f .g F 3 .$ 7n 88896698888889888889888898888888988 g R _ •- •- "_ . .- 8 5. 5 5 8 5_' _ 5 5 5 5 5 5 -• 8 r 8 ai 5 gi iG 2 n. n F 5g ^ $ g 3$ 2 8 2' 8 88FA X E2 8 3 R '° 3 - a 8, $^^ m 8 5 8 8- 2__ 8 8 a 8 8 8 .888 88859939259885898285 H a aW 8888888$ g 9 9 8 5 FA g m 8888888888 s g., 2 5 5 5 s 2^ 2888888888,!$888$ 5 5 5 g,g, s 5 8^ 5 5 9 A" 5 8 " 8882228882888$89888888889 8 8 8 - 3 8 8 8 8 8 8 e 8 g 8 a 8 8 8 8 8 8 §. 8 §. 8 8 n 8 g 8 6 8 5 8 g 8 g. 9 s 8 8 a 8 5. 8 g g. 8$ s 5 8 8 g 8 g 8$ g 8 8 8 8 o^ 8 8 a " 8 Q N f. �s 88888868889888988988988889888988888 = s u i, B 3 8 2 8 3 8 2 2 8 8 $ R A 8 3 8 8 8 $ '° 8 8 2 - '°23^ R .a s a- .. -C.78 8 3 A S - 2" 8 8 8 8 8 8 8 r 3 a 8 5 g U k � a$ 5 A 8, 8 m 8 a 9 2 5 8 8, 8 ' 8 8 8 8 e! "a P. 8" a a S s 8$ 8 8 5 "a 8 0 ^' 0 - W. 8^ a 0 8 0 k2 at ,n 8 u ,n .n ,n v, v, 8 ,n 2 ,n A ,n A, ,n 8 ,n °' ,., At N a H 2 h R w ^ H n . N . N ^ N 8 m r PI9 m r ,., a N r ,n u, ,n n n .n r ^ u, 8882.'8288 A 8888888888888888888 888888 8 8 9 8 8 8 9 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 BASE BID ITEMS a m 3 n x ,t a 5 . n14 n s s. a n R a_^ n_-"-" .. m _o „ g W W 6 W w w W w 5 , S 1 > e a A a �X i S 3r a,t > i ,X > e- 9°, 8 3'g' 8 # i s1 a 3- 8 > a : 0 E "s f n s i a O z e'- X l 5 d w-'- a a d 3' w- a u s a 8 T L a "s h 5, u ; x v > i a a 0 1 3 Y a 3; w 5 S F c, g g `-' t .3 Ibis Retention Mankato (CL 1) (TV A) x t c St' 2 8 S a - l a h 8 a w 5 5 E S 2 a E u E -. 5 s - „ LL LL 9 u a c a a RC Pice (Cl 111) (24 IN) In (COMPL) (TV H) (MANN (COMPL) (TY A) $ He4 fl (CH - PW - 0) (DIA. 24 IN) SET (TY I) (S- 5 FT) (HW- 3 FT) (3 1) (C) z ,., i 1,., — A t l u - c i F u Concrete Curb (Ribbon) (MOD) (241 s e x u° v .� 3 CONDT (PVC) (SCHD 40) (41 iz 2 i 2 i gg 2 Q i Q S 1 g V k i R l'A i ffi 8k R n n R R$ n 2; I R R I Q m - n r, . . e ^ m m _ _ 97 _ _ _ _ _ 2 2 n 2 8 n n n 8 8 6 5 8 8 3 3 emery Creak Gaps Trai S N 5 8 8 e 8 8 8 8 m 8 8 m 8 8 8 8 8 8 8 8 8 8 8 8 R 8 8 8 8 8 $ 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8^ 8 9 C 8 g 8 5 8$ g_ 8 5 8 5' R m 8 8 g 8 2 8 a g 8 8 8 8 g 8 5 8 8 8 8 8$ 8 g 8 5 8 g 8 g 8 5 8 8 8 8 8 8 8 g 8 g. 8$ m n. 8 f 8 g 8 8 _ 8 8 ^ 8 R_" 8 8 8 8 f 8 o^ 8 8 8 8 g 8 g 8 g 8 8 8 e 8 e 8 g 8 g 8 g 8 g 8 e 8 g 8 g 8 g 8 8 8 g 8 g 8 8^ 8 8 .- 8 '^ 8 _ 8 E a LL 11 1 411 $ S' F, a" " $, a^ 3 g 8 m 9 2; 8 gi 4 3 m g. R;° m R 4 a 8 R R R 2 e 8 a Z g 2 N a o$" a 9 e g R N 8 i 3 8$- 8 Aa. 88 m 5 m _ 8 8 8 8 8 8 § ?88888988998888998888899898898888 _ 5 5 5 g 8 5 5 2 2 5 g s E s g 5 5 5$ 5 g 5 2 5 g 5 e, a o"_ S 98 8 8 "_ 8 9 0 8 8 8 8 8 g. 8 g a 8 g 8 s^- s 8 8 g. s 8 e 8 a 8 5-g - 8 8 8 g. 8 g 8 g 8 g 8 g$- 8 9 8 g^" 8 8 8 g8 uga a 8 m 8 g 8 R 8 m 8 a 8 g 8 g 8 8 8 8 g 8 g 8 R 8 g 8$ g s 8 R 8 8 8 8 8 g 8 e 8 g 8 g 8 g 8 g 8 g 8 g. 8 g 8 Q 8 5 8 m 8 R 8 8 " 8 8 m 8 m m 8 8 o 8 8 8 8 8 8 8 g ^ 8 g R 8 g"- 8 8 8 g A 8 R 8 8 8 8- _ 8 8 g, 8 S ^ 8 S Lei 8 g 8 S m 8 S " 8 g _ 8 R 8 g 8 R 8 R 8 '8 8 E � � �W 8588888898882589888888888885 ^ . 8 0 m 2 g N. g 1 8. m ^_ N m ." .. R m. 8 m"_„ H. m m 5 8 S, 5 m 5 0 5 5 ^ g F a g g g _y �a o 7.8 m P _ o 9 _ S ^ R $ t 9 $ m N $ " " $ s 8 mE. 8 - ^ 3 - R 5 9 -, 4 m 9 m " s 5 5 "ii E 8 8 8 m $ T a 8 s 8 8 8 R $ $^ 5. 9 2 5$ 9 8 E$ 8 8 8 223P m$ g 8 g 8 a 8 R 8 8 8 R 8 R2 2 $ R 8 AS 8 8 8 8 9 8 $ e 3 12 8 "_ 8 8 8 " S' 8 8 g 8 2 m 8 8588 8 8 s 8 g m^" 8 2, 8 8 m 8$ 8 R 5 8$ 8 8_ 5. 8 R 8 5$ 8 8 5 8 A m 8 ss 8 8 8 g 8 E. 8 m 9 m" 8 8 g oa 2 8. m m m '' m "'" 8 "11 m m 5P515,,,1515.1555515,15-!,52 m „ m m _ m 8 8 m m m m m m m m m m m BASE BI D ITEMS TOTAL BASEBIDI F o w w w 6666 6666 w 11 W w 5 5 5 n X a §§ n 8 n 8 pp d a a t a w w a w a a a L1 a w c w c w n n w a w 8 w i w a w co".! E w' 8 a w a. 1 t 0 2 . F a REF PAV MRK TY II (W) f (SLD) REF PAV MRK TY II (W) 12' (SLD) - 8 �` 3 8 ' e F 8 8 g =if3 " u g g e chi km' o i 4 = 7 't- o €_w B k.- 3 ; 1 i~ y ss a 8 o o 3€ _ 5 2 a F F; ,,o gg o g - E g $ a ; 8 8 a i s Interpretative Sgnage (Aiiowerce - STOW) ° - S x F x F 8 a 3 3 g a" €z "" 1 E Q Q Q 1 R o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C- 5 5 4 PP 9 8 4 4 8 e 4 8 e e 8 8$ 2 8 8 8 9 m 8 8 8 5 e 8 $ 8 8 m 8 RN 8 EXECUTED ORIGINAL DOCUMEN1S 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'��p�and Contractor �q AGREEMENT made as of the tet, (/ k �l �" (0) day of j '' in the year 20 13. BETWEEN the Owner: and the Contractor The Project is described as: City of Round Rock, Texas (hereafter "Owner" or "City") 221 East Main Street Round Rock, Texas 78664 Muniz Concrete & Contracting, Inc. 3523 Gonzales Street Austin, Texas 78702 Brushy Creek Regional Trail Gap Project ("Contractor") CSJ No. 0914-05-161 Clearing & grubbing, excavation, grading, concrete construction, and pre-engineered bridges The Engineer is: Waeltz & Prete, Inc Antonio A. Prete, P.E. 3000 Joe DiMaggio Blvd. #72 Round Rock, Texas 78665 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged, Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 8-2012 Page 1 of 5 Standard Form of Agreement 00196575 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 two hundred seventy ( 270 ) calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than two hundred seventy ( 270 ) 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 Dollars 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 three hundred ( 300 ) 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 Million Nine Hundred Seventy -Two Thousand Seven Hundred Forty -Four and 46/100 Dollars ($ 1,972,744.46 ), 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: None Page 2 of 5 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor, and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender, Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the City of Round Rock General Conditions, and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth (10th) day of a month, Owner shall make payment to Contractor not later than the tenth (10th) day of the next month. If an Application for Payment is received by Engineer and Owner after the application date fixed above, payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require. This schedule, unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's fmal 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 fmal 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 April 2013 7.1.4 The Specifications are those contained in the Project Manual dated April 2013 7.1.5 The Drawings, if any, are those contained in the Project Manual dated April 2, 2013 7.1.6 The Insurance & Construction Bond Forms of the Contract are those contained in the Project Manual dated April 2013 7.1.7 The Notice to Bidders, Instructions to Bidders, Bid Form, and Addenda, if any, are those contained in the Project Manual dated April 2013 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000," Federally Required Contract Clauses, as modified. 7.1.9 Other documents, if any, forming part of the Contract Documents are as follows: 00550 Federal -Aid Construction Contract Provisions 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: David Buzzell, Park Development Manager City of Round Rock - PARD 301 W. Bagdad, Suite 250 Round Rock, Texas 78664 Contractor's representative is: Lonny Rodriquez, Vice President Muniz Concrete & Contracting, Inc. 3523 Gonzales Street Austin, Texas 78702 Neither Owner's nor Contractor's representative shall be changed without ten (10) days' written notice to other party. Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. Page 4 of 5 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor, subject to proper additions and deductions, all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner, both parties hereto expressly agree and assert that, in the event of any dispute over its meaning or application, this Agreement shall be interpreted reasonably and fairly, and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least three (3) original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the Contract, and the remainder to Owner. OWNER CONTRACTOR Muniz Concrete & Contracting Inc. CITROUND ROCK, TEXAS ' 1l� ri N V��GV1'V ted Name: Title Vlav ate Signed: 9 ' (9. ( 3 TTEST: , APPRpVED ATO FORM: Printed Name: Lonny Rodriguez Title: Vice President Date Signed: 9/4/2013 Page 5 of 5 Bond No. 929572987 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON That Muniz Concrete and Contracting, Inc. of the City of Austin , County of Travis , and State of Texas , as Principal, and Continental Casualty Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of One Million Nine Hundred Seventy Two Thousand Seven Hundred Forty Four & 46/100'OollarS ($ 1,972,744.46 ) 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, Qt13e Principal has entered into a certain written Agreement with the Owner dated the JAY — day of e4 'r , 201 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: Brushy Creek Regional Trail Gap Project (CSJ No. 0914-05-161) iietf3t 'sleet 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 fiom 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 00090656 Performance Bond PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terns 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 6th day of August 2013 Muniz Concrete and Contracting, Inc. Principal Printed Nan e Z By: Title: Address: PO Box 6596 Austin. TX 78762 Resid,Qnt Agent of Sure Signatur Time Insurance Agency, Inc. - John W. Schuler, President Printed Name 1405 E Riverside Drive Street Address Austin, TX 78741 City, State & Zip Code Continental Casualty Company Surety John W. Schuler Printed Name By: Title: Attorney n -Fact Address: 14100 San Pedro, Ste. 206 San Antonio, TX 78232 Page 2 Performance Bond PAYMENT BOND THE STATE OF TEXAS § COUNTY OF WILLIAMSON Bond No. 929572987 KNOW ALL MEN BY THESE PRESENTS: That Muniz Concrete and Contracting, 1n9. of the City of Austin,County of Travis , and State of Texas as Principal, and Cotinental Casualty Company 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 Million Nine Hundred Seventy Two Thousand Seven Hundred Forty Four & 46/100's Dollars ($ 1,972,744.46 ) 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, e Principal has entered into a certain written Agreement with the Owner, dated the 1'O /)— day of < ��-r-- , 20 L , 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: Brushy Creek Regional Trail Gap Project (CSJNo. 0914-05-161) pg.m t e rpj eek) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. 00620 7-2009 00090656 Page 1 Payment Bond PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terns 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 6th day of August , 2013 . Muniz Concrete and Contracting, Inc. Principal Z_viv, ' I 7/ 14 e - Printed Name( / By:�� 1' e- Title: Address: PO Box 6596 Austin, TX 78762 Resident Agent of Surety: Signature Time Insurance Agency, Inc. - John W. Schuler, President Printed Name 1405 E Riverside Drive Street Address Austin, TX 78741 Continental Casualty Company Surety John W. Schuler Printed Name By: Title: Attorn dy-in-Fact Address: t4100 San Pedro. Ste. 206 00.620 7-2009 90656 Page 2 San Antnnin, TX 7R212 Payment Bond COREY THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. MPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the rtificate holder in lieu of such endorsement(s). coNTACT UCER Phone: 512-447-7773 NAME: Fax: 512-440-0989 PHONE INC. No. Ext): CERTIFICATE OF LIABILITY INSURANCE MUNIZ-1 OP ID: MF DATE (MM/DD/YYYY) 08/05/2013 Insurance Agency, Inc. 5EaTXRi8erside Dr stin, Insurance Agency, Inc. E-MAIL ADDRESS: FAX (NC, No): INSURER(S) AFFORDING COVERAGE INSURER A : Bituminous Casualty Corp NAIC # 20095 RED Muniz Concrete & Contracting P.O. Box 6596 Austin, TX 78762 INSURER B : Texas Mutual Insurance Company 22945 INSURER C : INSURER D : INSURER E : INSURER F : VERAGES CERTIFICATE NUMBER: REVISION NUMBER: IS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD DICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS RTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, LUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFF POLICY EXP IMM/DD/YYYY) (MM/DDIYYYY) TYPE OF INSURANCE INSR WVD POLICY NUMBER LIMITS GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE I X I OCCUR Contractual CLP3584706 03/13/2013 03/13/2014 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY n PROC.T- n LOC JF 'AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS CAP3584705 03/13/2013 03/13/2014 SCHEDULED AUTOS NON -OWNED AUTOS EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence MED EXP (Any one person) PERSONAL 8 ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 $ 100,000 $ 5,000 $ 1,000,000 $ 2,000,000 2,000,000 $ 1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) UMBRELLA UAB EXCESS LIAB DED X X OCCUR CLAIMS -MADE RETENTION $ RS COMPENSATION D EMPLOYERS' LIABILITY PROPRIETOR/PARTNER/EXECUTIVE ICER/MEMBER EXCLUDED? ndatory In NH) , describe under SCRIPTION OF OPERATIONS below 10000 EACH OCCURRENCE X CUP2802500 03/13/2013 03/13/2014 AGGREGATE $ 5,000,000 $ 5,000,000 X YIN N TSF0001157646 05/07/2013 05/07/2014 NIA WC STATU- TORY LIMITS OTH- ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ 1,000,000 $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) 3J 0914-05-161 Brushy Creek Regional Trail Project ty of Round Rock is named as Additional Insured as respects to all es except Workers Compensation. Should any of the above described les be cancelled or changed before the expiration date, the issuing y will mail Thirty (30) days wirtten notice to Certificate Holder KATE HOLDER City of Round Rock City Manager 221 E. Main Street Round Rock, TX 78664 25 (2010/05) CITYRRI CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD