Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-13-11-14-H11 - 11/14/2013
RESOLUTION NO. R -13-11-14-H11 WHEREAS, the City of Round Rock has duly advertised for bids for the Freeman Tract Type 1 Reuse Waterline Project, and WHEREAS, Site Specialties, LLC has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Site Specialties, LLC, 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 Site Specialties, LLC for the Freeman Tract Type 1 Reuse Waterline 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 14th day of November, 2013. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: qtrhA, 060 - SARA L. WHITE, City Clerk 0112.1304;00285977 AUSTIN ENGINEERING CO. INC. ` ; | ■ ■ ! 8 ` - 8 - 2 8 ! ! 8 § I - 8 / - . 8 \ . 8 ! & 8 g a 8 § ! 8 ! - 8 \ - 8 # • 8; # ! 5182,699.001 1111111MS1 1 026,030.001 I I $240,090.001 unitc NOTES: NOTES: NOTES: !| J ■ 88■$ ° - 5;® 8 + $ / $ ! _ $ ) $ | $$ | $ a a ^ a § _ NELSON LEWIS, INC. $ # . 8$$ ! ® ! , § k 8$ ! ■ | _ 8 7 8 ■ @ ■.8 # a # ! $ / a § - 8■ | § - § $ § 8 8# 8 8 8$■$ | $ f / 8$ | f a■ | f PATIN CONSTRUCTION LLC ; 2 7 - # - a - ! - \ - OO•00o'LTS ( | - 8 ! ? k 8 = \ - k , Unit Cost ■ # a a E a a a - a \ § ■ s \ a 7 s § s / s f a \ CARLTON INDUSTRIES, LTD. Total Cost $ # a a ! =F a # $ ! K @ _ i ■ § k $ § , $ § ® $ § a # - $ 7 a ' ■ # , Unit Cost s! $ ° a# ) s# ® ! a § 8 $ 8# / | 8° | \ 8 f a 2 SANTA CLARA CONSTRUCTION Total Cost ■ ! a d e a .1 k 8 g & # F. @ # ) ! | a � a ! � \ a | 8 | ° k ; # f a 7 ! Unit Cost ® 7 ` ° g 2 g | - | - | - g ! d ` f } - \ , SITE SPECIALTIES Total Cost ■ } 8 / 8 ) 8$$ k # § f 8 f 8■ e k f!!/ k 8 ` a$ " 7 = 5 K „ } Unit Cost I 8$$ d1 a$ 532.00 $77.00 $ $ a$ ) 51,360.00 53,950.00 a § 8■ 7 7 8 ( ) % ¥ ! ! ! ) ! ! y e 9, CARE Or WATER DURIN __ MOBILIZATION 1 LS AMOUNT BID \ f A' ! 2 / P. - ! , ' f - - Description CLEARING AND GRUBBING TRENCH SAFETY 8" CLASS 200 PVC PIPE 8" CLASS 200 DUCTILE IRON PIPE 12" CLASS 200 PVC PIPE FLOWABLE FILL ENCASEMENT - 8" PIPE PRESSURE TAP- 24"X12" TAPPING SLEEVE AND VALVE DUCTILE IRON FITTINGS 8" GATE VALVE • ALVE ASSEMBLIES AIR RELEASE V NATIVE SEEDING FOR EROSION CONTROL STORM WATER POLLUTION PREVENTION PLAN G CONSTRUCTION , 10 , 10 , N _ , 0` . �� 1 ■ 8, ! ; , 2 8 # ■ ■ !! ; a @ 5| V, 8 $ 8\ § f© ! @ 8 - 8 a 8 7 8 7 8 a 8 ® 7 & 8 } 8 \ • | `9 a % 2) 8 a ) g | a | a®© \ | F. 2#- | | | a)} f ) AVER, j ! | , 2 a / k | - k a ( a - | & ) a | | JKB CONSTRUCTION COMPANY LLC Total Cost |!#,#$@ , ; • k & « e k ■ a ■ a 8 = 8 ■•§ ® 8° ; § ! 8 K e 8 § " 8 § ! 8 # 2 Unit Cost I #$$$ 7 $ 8 8 8 \ 2 a 8 8 8 8 § 8 $ 8 8 8 | AARON CONCRETE CONTRACTORS, LP Unit Cost I Total Cost I 8 § s$ % 8 § 111'IIlIF 001305'e6S Oo'ooI$ I� ■ q - # , ( 8, ! _ § s § ! 1 $1,800.01 03,420.00 8 § $1111 8 § a 8 § a 8 2 ROCKIN Q CONSTRUCTION Total Cost § 047.640.00 $38,250.00 , # , s ■ a a # a » J / # ■ ! # `R: : s s , | % f \ \ tai a { s a ! - # ! 8 ! # ! # ! - 8 § a.a : s ! ; s - a _ ■ ; ■ / a AG 6120 HOLDINGS, LLC Total Cost I | , ) k | k 100'005'520 | ..- | k a 2 k - a k ! ® - - • , Unit Cost / m@# ! | ® ! a, f a# - | a§ § / § f e...,To.rrno. r -« u.u u.u u.u! a) 5 5 y! B, c.,§ / m 2 « •-•! , CI 0, Description ,LEARING AND GRUBBING TRENCH SAFETY 8" CLASS 200 PVC PIPE 8" CLASS 200 DUCTILE IRON PIPE 12" CLASS 200 PVC PIPE FLOWABLE FILL ENCASEMENT - 8" PIPE PRESSURE TAP- 24"X12" TAPPING SLEEVE AND VALVE DUCTILE IRON FITTINGS 8" GATE VALVE 2" AIR RELEASE VALVE ASSEMBLIES NATIVE SEEDING FOR EROSION CONTROL !CARE OF WATER DURING CONSTRUCTION /7"4" --- ROUND ROCK TEXAS Fu.m wort PA116MITY City of Round Rock Agenda Item Summary Agenda Number: H.11 Title: Consider a resolution authorizing the Mayor to execute a contract with Site Specialties, LLC for the Freeman Tract Type 1 Reuse Waterline Project. Type: Resolution Governing Body: City Council Agenda Date: 11/14/2013 Dept Director: Michael Thane, Director of Utilities and Environmental Services Cost: $137,528.00 Indexes: Self -Financed Water Construction Attachments: Resolution, Bid Tab, Recommendation Letter, Map Department: Utilities and Environmental Services Text of Legislative File 13-855 To satisfy the Development Agreement with K.B. Homes, the City hired Freese & Nichols to design a reuse waterline to supply the Freeman Tract, located just south of the East Wastewater Treatment Plant (WWTP) across Brushy Creek, with Type 1 Reuse Water. It is the developer's intention to use reuse water for irrigation of a park and the entrance landscaping, as well as for landscaping along Forest Ridge Drive. The subdivision and park are currently under design and will soon go to construction. The Agreement states that the City's goal to complete the construction of the Reuse Waterline is January 2014. This project will take Type 1 Reuse Water from the Reuse Facility High Service pumps, around the East WWTP, and then across Brushy Creek to the Freeman Tract. This contract will consist of 945 linear feet of 12 inch and 794 linear feet of 8 inch PVC and Ductile Iron Reuse Water Pipe. The total length of the pipeline is 1,739 feet. As part of the the construction, the project will also tie into and deliver Type 1 Reuse Water to an existing line feeding reuse water to Forest Creek Golf Course. On October 10th, the Utility Staff opened bids received from ten contractors. The bids ranged from $137,528 to $287,645, with Site Specialties, LLC submitting the lowest bid. It is the Engineer's and the City Utility Staff's recommendation that Site Specialties, LLC be awarded the Construction Contract to construct this Utility improvement. Cost: $137,528.00 Source of Funds: Self -financed Water Construction Staff recommends approval. City of Round Rock Page 1 Printed on 11/12/2013 EXECUTED ORIGINAL DOCUMENT FOLLOW - (3-U -'14-j4.( 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 ,, n AGREEMENT made as of the h i (� J) day of QOM ► in the year 2013 . 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 Site Specialties, LLC P.O. Box 352 Cedar Park, Texas 78630 Freeman Type 1 Reuse Waterline ("Contractor") The Engineer is: Freese and Nichols, Inc. Anne Carrel, P.E. 10814 Jollyville Road- Building IV, Suite 100 Austin, TX 78759 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 00196575 Page 1 of 5 Standard Form of Agreement 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 eighty five (85 ) 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 two hundred fifty and No/100 Dollars ($ 250.00 ) 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 dates) specified for Substantial Completion of the Work (or any portion thereof) in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than one hundred and five (105 ) 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 THIRTY SEVEN THOUSAND FIVE HUNDRED TWENTY EIGHT DOLLARS AND ZERO CENTS ($ 137,528.00 ), 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: N/A 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 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 September 12, 2013 7.1.4 The Specifications are those contained in the Project Manual dated September 12, 2013 7.1.5 The Drawings, if any, are those contained in the Project Manual dated September 12, 2013 7.1.6 The Insurance & Construction Bond Forms of the Contract are those contained in the Project Manual dated September 12, 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 September 12, 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 docuunents, if any, fomring part of the Contract Documents are as follows: N/A ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: 8.3 Contractor's representative is: Jeff Bell City of Round Rock, Texas 2008 Enterprise Drive Round Rock, Texas 75664 Jared Fontenot Site Specialties, LLC P.O. Box 352 Cedar Park, Texas 78630 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 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 Iegal 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 Site Sped es, LL �,�/ /CMI E Printed Name: b(4 6'C1 raw Print Title /IA441 W Title: 12-(9l3 Date Signed: A'F1'EST: 304V1 City Clerk FO ., s 4 ara4A:'Y ♦ •P/ (r ITY, AP RO :D AS TO FORM: City orney ame: Jared ontenot Managing Partner Date Signed: De C 5, 20 ; Page 5 of 5 Bond No. 4390853 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON That Site Specialties, LLC of the City of Cedar Park , County of Williamson , and State of Texas , as Principal, and p � SureTec Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of ONE HUNDRED THIRTY SEVEN THOUSAND FIVE HUNDRED TWENTY EIGHT Dollars ($ 137,528.00 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner dated the 9 -- day of mum /( l ,-C -v , 20 (3 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: Freeman Type 1 Reuse Waterline (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 00090656 Performance Bond PERI:ORMAN( E BOND (continued) Surety, tor 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 instrurnent this 5th if December 10 13 Sit(: $12ecia1tics. Principal tared Fontenot Printed No By:[oie4de Ad / anagmg ruler . . ss: P.O. Box 35 ' Cedar Park. Texas 7s630 Resident Agent of Surety: Signature .John S. Burns, Jr. Printed Name 1 W. 6th Street. Suite 1-400 Street Address Austin. Texas 75701 City, State & Zip Code 00610 7-2009 00090656 2 SureTec Insurance oinpanv Surety John S. Burns, Jr. Printed Name. 13): ink!: rtorne iif aet Address: c/Q CIA Insurance Agency, Inc. dba Wortham Insurance & Risk Management 221 W 6th Street, Suite 1400, Austin, TX 78701 Pefform,wc-c Bond No. 4390853 PAYMENT BOND THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON That Site Specialties, LLC , of the City of Cedar Park , County of Williamson , and State of Texas as Principal, and SureTec Insurance Co. authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of ONE HUNDRED THIRTY SEVEN THOUSAND FIVE HUNDRED TWENTY EIGHT Dollars ($ 137,528.00 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated the 1- day of , 2013 , 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: Freeman Type 1 Reuse Waterline (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 00090656 Payment Bond 1 1 h 1 1 1 1 1 1 1 PAYMENT BOND (continued) Surety, for valuereceived, 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 docs hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the xvork to be paformed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 5th clay of December 74)13 Site S Prin Pri t v: •tared Fontenot Title: Managing Partner Address: P.O. Box52 edar Parh. Texas 7'86 Resident Agent of Surety: Signature John S. Burns, Jr. Printed Name 221 W 6th Street, Suite 1400 Street Address Austin, Texas 78701 City, State & Zip Code 00020 7-2009 00090656 Paoe Sure ec Insurance Company Suri John S. Bums, Jr. Printed Name 13 Title. :Women, act Address: c/o CIA Insurance Agency, Inc., dba Wortham Insurance & Risk Management 221 W 6th Street, Suite 1400, Austin, TX 78701 l'a:yrreru Pond Client#: 93448 14SLTESPE ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDOMYYY) 12/04/2013 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)_ PRODUCER Wortham Insurance & Risk Mgmt. 221 West 6th Street, Suite1400 Austin, TX 78701 512 453-0031 INSURED Site Specialties of Central Texas P. O. Box 352 Cedar Park, TX 78630 aE Cassandra Cox fAIIC Ne, Eat). 512 453-0031 1 {IA/C, No 512453-0041 E-MAIL 1 ADDRESS: INSURERRAFFOROING COVERAGE INSURER A : Cincinnati Insurance Company , INSURER C : INSURER 0: INSURER e : Texas Mutual Insurance Company NAde • 10677 22945 I INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS (NSA POLICY EF Y) thing /YYYY)_; 10/15/2014 EACH OCCURRENCE �agRENTED I S Ea t>ecvnaneal LTR TYPE OF INSURANCE NSR !WV0 POLICY NUMBER (M PIGMY mons A GENERAL LIABILITY X COMMERCIAL. GENERAL LIASn.irr 550,000 CLAIMs.MADE [ X occurs 510,000 ENP0165751 10/15/2013 s1,000,000 1 EN'L AGGREGATE LIMIT APPLIES PER. 1 POLICY i X; JECT . i� lux; AUTOMOBILE UABIUTY ANY AUTO ALL OWNECSCHEDULED AUTOS , X. AUTOS X, HIRED AUTOS X NON-OWNED UMBRELLA UAB i X_ OCCUR )( EXCESS LIAR CLAIMS•MADE DED 1 RETENTION S WORKERS COMPENSATION ANO EMPLOYERS UABILfl'r ANY PROPRIETOR'PAR TNER+EXECUT (YE. Y N OFFICERATEMBER EXCLUDED't 1 NI N I A tMlandatory In NH) II Yec *Mcrae under DESCRIPTION OF OPERAII0 IS Wow Rented/Leased Equipment ENP0165751 ENP0165751 0001255861 ENP0165751 MED EXP Any ay) parson) PERSONAL 6 ADV INJURY 51,000 000 GENERAL AGGREGATE s2,000,000 PRODUCTS - COMPIOP AGG S2,000,000 [5 10/15/2013 10/15/20145 R, SINGLE LIMIT $1,000,000 hlEa RODILY INJURY (Per parson) 5 BODILY INJURY (Per accident) 5 PROPERTY DAMAGE (Par axi4eni) 10/15/2013 5 10/15/2014 EACH OCCURRENCE 51,00oQ00 AGGREGATE 51 .000E000 5 07/22/2013 07/22/2014 We sTATU• _iDEiY.illdlT;7 07H E L. EACH ACCIDENT 51,000,000 E L. DISEASE • EA EMPLOYEE $1 000,000 E.L DISEASE - POLICY LIMIT s1,000,000 10/15/2013 10/15/2014 100,000 TION OF OPERATIONS 1 LOCATIONS ! VEHICLES (Attach ACORD 161, Additional Ramada Schadu o, It more space is (squired) olicy Forms: ntractors' Commercial General Liability Broadened Endorsement GA 233 02 07 tiler Notice of Cancellation Provided by US IA 4089 05 09 nerclat General Liability Coverage Form GA 101 TX 0910 Oct: Freeman Type 1 Reuse Waterline ICATE HOLDER City Manager City of Round Rock 221 E Main Street Round Rock, TX 78664 25 (2010/05) 1 of 1 20408/M412173 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 7!' CCfrr 01988-2010 ACORD CORPORATION. AH rights reserved. The ACORD name and logo are registered marks of ACORD 14CCS