Loading...
R-2014-1295 - 4/10/2014RESOLUTION NO. R-2014-1295 WHEREAS, the City of Round Rock has duly advertised for bids for the McNutt Creek Wastewater Segment C9 Project; and WHEREAS, Lewis Contractors, Inc. has submitted the lowest responsible bid; and WHEREAS, the City Council wishes to accept the bid of Lewis Contractors, 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 Lewis Contractors, Inc. for the McNutt Creek Wastewater Segment C9 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 10th day of April, 2014. 10; ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: SARA L. WHITE, City Clerk 0112.1404,00295717 K°FRIESE + ASSOCIATES March 18, 2014 Mr. Eddie Zapata Project Manager City of Round Rock 2008 Enterprise Drive Round Rock, Texas 78664 1120 S. Capital of Texas Highway CityView 2, Suite 100 Austin, Texas 78746 TBPE Firm #6535 P - 512.338.1704 F - 512.338.1784 kfriese.com RE: McNutt Creek Wastewater Segment C9 Award Recommendation and Bid Tabulation Dear Eddie, Sealed bids were received and opened for the McNutt Creek Wastewater Segment C9 project on March 11, 2014 at 2:00 PM. Nine bids were received as listed in the summary table below, and a detailed bid tabulation of the unit price items is attached: Bidder Total Bid Lewis Contractors, Inc. $2,092,349.50 Aaron Concrete Contractors, LP $2,378,632.50 Patin Construction LLC $2,525,162.70 Mountain Cascade of Texas, LLC $2,702,848.00 Austin Engineering Co. $2,732,761.91 Central Road & Utility, Ltd $2,743,928.40 S.J. Louis Construction of Texas, Ltd $3,049,790.84 Prota Construction Inc. $3,589,296.00 Nelson Lewis, Inc. $3,609,717.00 The resulting responsive low bidder is Lewis Contractors, Inc. and the second low bidder was Aaron Concrete Contractors, LP. We have reviewed the qualifications submitted by Lewis Contractors, Inc. and found that they have successfully completed numerous projects of similar size and scope as the McNutt Creek Wastewater Segment C9 project. We therefore recommend that the McNutt Creek Wastewater Segment C9 contract be awarded to Lewis Contractors, Inc. in the amount of $2,092,349.50. Should you have any questions, or if we may be of further assistance, please feel free to contact me. Sincerely, Dale P. Murphy, PE Project Manager Attachment CELE8R.G 10 YEARS z 0 J co 1- m 1- z W 2 W Q W W 1- W EC W a V N Z O 0 . a 0 O ulCto z o• Z Ir z }Oa0 F G ✓ m BIDDERS Austin Engineering CO., Inc. PO Box 342349 Austin, TX 78734 i -g g 18 $g. 1-; *61,540.00 I $279,900.00 8$ 1 r,,�� rrq 2 $81,950.00 I *104,980.00 $$ §j *5,200.00 I *136,320.00 8 ! 49 8 rI *1,301,500.00 I 8 §. 8 k 8 c 8888 ao gal $44,148.00 $9,000.00 8 a g 88°2.88 axil. al���ri ., n c (511 Addenda N — , p 888 X25°$ m p p 8 g &j p 8 g ; p 8 p 8 00 8 80888 §$25agp iria aid 8 8 8 a K 8 m 'M 8 8 K p 58 25 fA O in O is 8.,00‘.? $ 8§25 (N(7;212,7,2447, p S O q p Qo Q$ 2525 00'009$ I 99'1$ O M (O6 N Mountain Cascade of Turas, LLC 99 Regency Parkway Mansfield, TX 76063 �g m O a , !III O'a $ N4O 2 V i 8 25 W 11;11; y��y0p .. W H N M 58 2N5 (A $21,280.00 $1,472,750.00 8 �gp M �8y (i�yl W *15,688.00 88?g$$ 40§.§..§O �p8 V/19 y y a p Q8 § 9 58�8$$Q8 (2�5 g as H(§_ y qW �§ 8 i qq `- HUI Hw w lAlithi w $i— s5gaw 8 $1,100.00 $1,500.00 8$82 u8a-a w 8 $8888 w.am9 Patin Construction LLC 3800 W. 2nd St. Taylor, TX 76574 (512)260.1071 Addenda IBld BordiSafety Exp g — Total Cost 1 *175,000.00 8888 88 cqO 1(Ny0 88 O *74,500.00 $135,750.00 *6,500.00 $4,200.00 Oa g p8 yNy 8 E. 8 ny 8 p('p1 gi giQii 8 888888888 88 88888 ;g $ p M p V p Q•• C $500.00 $1,200.00 $2.00 $130,000.00 . Aaron Concrete Contractors, LP. 4108 Nixon Ln. Austin, TX 78725 I. 0 m N m Total Cost *7,000.00 88 8 �Ny •iYs W $80,000.00 888888 �{pp mm §§.§g§? Ny� tl cp �mp W W 8 O I 8 (N� N $1,376,850.00 8 . a 8 N a 8 t0 g 88888888 (N� §O Vi NK F �Op V/ ya_O HN 8 OOH W 888Q8.8 l'f �Op (.-t—ag� l7 "Q b g . 'CN $— 1888 2§,,,2p 8 C p Qg pp8p $4,000.00 $10.00 8 g 8 8 g 8 O 8p88888 G 8 pp8p81M gg . A. fLewis Contractors, Inc. 10 , PO Box 2974 Georgetown, TX 78627 .a B LI Nm 8 88 ONN ~ w5 8 pQ8 i W •y 88 O p8 88 88 OQOa1O(p jiHHaH 88 88 11(n� H 8 I 5 g ' N 8 H N - i 0�8J `� w ;0111 19f9wViKN {p(pH 88 �I H 8 88 1(O� to *14,252.00 $39,000.00 1 $105.00 [ $1,050.00 $2,092,349.50 a-, Unit Cost 810,000.00 88 588 W H 888.888s g W g g C� K O 4 1A% M (O/ K O 8 u* 888 `� 88 88888S W 8 p O4 1p `SQ S Oiw 8 Cg 8888 $� a W m 4 H .- ((yy10 10 ' r C Ft"? D '- n N 8 fD O § N m 8 Y7 V N N g O1 8. N ,S1 O Wastewater Stub -out Aluminum Signs, 6' x 9' 506 —[ 10 Total - Base B/d C p7 O J } LL Q Jp I{Ippl Q LLI J J Q Q ] Q LL J LL LL J LL J LL } (q ) (q g Q IU Ill LL 9 lL Q J Ill IL J Q O I(lp�ll �p LL Q J LLl (Upy 1 i 1A (p]p �pWp (LLLLppll ililis (LLLLppll N 2sJ 1f1 N N 1JO aJ 8J 4w* ti DAL 41 BASE BID ITEMS 3•$_1/ '` Controlled Low Strength Material Jacking or Boring 42 In. Pipe, Class 150 New Manhole Construction, 60 In. Dia. (Up to 8' deep) New Manhole Construction,72 In. Dia. (Up to 8' deep) Extra Depth Standard Sewer 60' Manhole Extra Depth Standard Sewer 72' Manhole Connect to Existi g MaNale Watertight Ring and Cover Wastewater Manhole Vent ,Trench Safety Systems (all depths) Pipe, 12 inch Dia. SDR 26 PVC ASTM D 3034 (all depths) including Excavation and Backfit Pipe, 24 inch Dia. SDR 26 PVC ASTM F 679 or SN 46 FRP (all depths) including Excavation and Backfill Pipe, 27 inch Dia. SDR 26 PVC ASTM F 879 or SN 46/72 FRP (at depths) Including Excavation and Backfin Encasement Pope, 42 In. Dia. Class 150 Installed via open -cut (all depths) including Excavation and Backfill 1 2 0 c O U 0 W S 6 N m z Native Seeding for Erosion Control Method, Fiber Mulch Removal of Existing Trees (4' to 12') Stabilized Construction Entrance Silt Fence for Erosion Control Total Mobilization Payment Temporary Fence, 4 Foot High, Wire Type Install Fele-Bar Gate on Existing Fence Removing and Replacing Existing 5 ft. Wire Fence, Maintain Secure Fencing at All Times C.I.P. Project Signs Barricades, Signs, and Traffic Harding Construction Staking Concrete Bollards, 6' Dia. o _- N 1, Y N . P m W 0 < m pp N R1 N < IA g nN NI z O Q J H 0 0 1- z W 2 W CC W Q Q W a Q I- 0 N Z • z 2 EC a 4 Y 2 8W• � Q O p O • ? Q Z oa O I-0 m BIDDERS Nelson Lewis, Inc. PO Box 235 Marble Falls, TX 78654 0) 693.8874 IBMBondiSatety Exp.' Yes Yea ;888 ,,$§§ � VIII 8 $ f�Ny� �Jy[ W I 8 $ N 19 $$88 §§.§ glad f9 l pp W 1A d $68,160.00 I 515,000.00 jl g O �j 8 8 N N W 8 § O 1 8 19 515,888.00 I 88 8$ ^ G N H $45,330.00 I $142,000.00 88 ag tam co W H 8 § N N 88888 $§§.§$ �j ^ 4 K �pyp YN1 K H W 1` el Unit Cost 518,000.00 8$ a $ $ w $8.8$88 H a W a- p $8 H (8 Yf (_8 W $ p 8 8 $x$81 Vl p 8 _ a $7.00 $1,500.00 o 8 y ($�$$$888 M rM p 8l8� V i CW Prota Construction Inc a Prota Inc, JV PO Box 342195 Austin, TX 78374 ? 1m ...2,- C m Total Cost $85,000.00 $$ $ w NM 8 g a $ k a 888888 o�� ca l aj.§.g ii 8 ci g � $ P s 0 x a 8 mg M 8 M $ g y 88 g8 g a 515,110.00 $179,000.00 $$ RI y; 88 i $800.00 $3,250.00 57,126.00 541,500.00 $1,390.00-- 53,589,296.00 c4av g88 p4. 5200 00 I $690.00 $11,500.00 g 88(1$$8 9MQ pW W $3.00 $158.00 $ W 8 M $383.00 $1.00 $ 5628.00 $1,600.00 $2.00 $179,000.00 $8.00 $1,200.00 8 88 88 S.J. Louts Construction ofTexas LTD 9862 Lorene Suite 200 San Antonio, TX 78216 t$ 1m a O , C ■ Total Cost $2,000.00 $32,580.00 $194,375.00 $134,640.00 $79,680.00 $18,774.00 $27,874.00 8$ a(nyy Di $7.00 $6,600.00 $68.18 $2,400.00 8 $ i 8 g ; &. 8 g� CNS g a - N 2 a $2,500.00 $4,400.00 $11,332.50 $100,000.00 $47,544.00 57,785.00 8 p$p N 88$$8 §4§i NwNg a0 $ Oi 8 v.is $aN$$$$8$O$8a$8pgp�Uif 7�i'I l 1 Li $2,750.00 $1.00 g i M W W a a $500.00 $1,100.00 $1.50 $100,000.00 $7.00 $865.00 W ia9Kiii Central Road & Utility, LTD 8760A Research OW. 9192 Austin, TX 78758 2)989-2602 Bid Bond Safety Exp. Yes Yes 188.$ $ �$_<� $g i t a $62,400.00 $49,170.00 $81,450.00 8888 a$a§.4 az 8 g z7,3 H 8 F 1 $1,575,500.00 8 88 p0. a a g I $3,000.00 $6,000.00 822,665.00 $95,000.00 $21,734.40 $18,000.00 8 g a 8$$$8 ((i§.( m§._4 a9HHi 4. age 01 R f` a "' r O$u $ gilt; ay 8 8 aao$88Q8 aD $ WragN yl 8 a 8 a 8 co as 8 y8 $ 3 W $600.00 $1,500.00 $3.00 595,000.00 $320 $2,000.00 mi W 88 $a§.$g$ 32 84 BASE 81D ITEMS Q - $ i l' m O Oo _ 1- N & N N 1 pip $ N �y N V N ^ fA n m� § N a] 8 n Total - Base Bid 7 N(OJ 0 LL Q W j ; W Q W LL J J LI-, LL (0} } Q W {J (J. W Q W W Q LL Q 1.OR 111111§1 N N 1 1 $ i(migpO 8 $S$$ Description Clearing and Grubbing Controlled Low Strength Material Jacking or Boring 42 In. Pipe, Class 150 New Manhole Constriction, 60 In. Dia. (Up to 8' deep) New Manhole Construction,72 In. Dla. (Up to 8' deep) Extra Depth Standard Sewer 60' Manhole Extra Depth Standard Sewer 72' Manhole Connect to Existing Manhole Watertight Ring and Cover Wastewater Manhole Vent Trench Safety Systems (al depths) Pipe, 12 inch Dia. SDR 28 PVC ASTM D 3034 (all depths) including Excavation and Backfill Pipe, 24 inch Dia. SDR 26 PVC ASTM F 679 or SN 46 FRP (a8 depths) including Excavation and Backfill Pipe, 27 inch Dia. SDR 26 PVC ASTM F 679 or SN 46/72 FRP (ant depths) including Excavation and Backfill Encasement Pope, 42 In. Dia. Class 150 installed via open -cut (all depths) including Excavation and Backfill Non -Native Seeding for Erosion Control Method, Fber Mulch Native Seeding for Erosion Control Method, Fiber Mulch Removal of Existing Trees (4' to 12') Stabilized Construction Entrance Silt Fence for Erosion Control Total Mobilization Payment Temporary Fence, 4 Foot High, Wire Type Install Five -Bar Gate on Existing Fence Removing and Replacing Existing 5 ft. Wire Fence, Maintain Secure Fencing at All Times C.I.P. Project Signs Barricades, Signs, and Traffic Handling Construction Staking Concrete Bollards, 6' Dia. Wastewater Stub -out Akrninum Signs, 6' x 9' e . N t7 V L N tD (, co co° ; r ' V ' ' 1= p N (� aD W N N N N tQ f0 1N N CVsl aDa N 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 and Contractor AGREEMENT made as of the 4f '1 t^' y of in the year 20 I , • BETWEEN the Owner: City of Round Rock, Texas (hereafter "Owner" or "City") 221 East Main Street Round Rock, Texas 78664 and the Contractor Lewis Contractors, Inc. ("Contractor") P.O. Box 2974 Georgetown, Texas The Project is described as: McNutt Creek Wastewater Segment C9 The Engineer is: K Friese and Associates, Inc. 1120 S. Capital of Texas Hwy CityView 2, Suite 100 Austin, TX 78746 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 two hundred ten ( 210 ) 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 ten ( 210 ) 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 Dollars and No/100 Dollars ($ 250 ) 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 two hundred forty ( 240 ) 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 Two million ninety two thousand three hundred and forty nine dollars and fifty cents ($2,092,349.50 ), 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: 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 January 2014 7.1.4 The Specifications are those contained in the Project Manual dated January 2014 7.1.5 The Drawings, if any, are those contained in the Project Manual dated January 2014 7.1.6 The Insurance & Construction Bond Forms of the Contract are those contained in the Project Manual dated January 2014 7.1.7 The Notice to Bidders, Instructions to Bidders, Bid Form, and Addenda, if any, are those contained in the Project Manual dated January 2014 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. 8.2 Owner's representative is: 8.3 Contractor's representative is: Eddie Zapata, Project Manager City of Round Rock 2008 Enterprise Drive Round Rock, TX 78664 Matthew Lewis Lewis Contractors, Inc. P.O. Box 2974 Georgetown, Texas 78627 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 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 Printed Name: Title Date Signed: I* ik/( w Makpo ATTEST: . dfji City Clerk CONTRACTOR Lewis ontra .lam Inc. Printed Name: J. on Lewis Title: Vice President Date Signed: Page 5 of 5 Bond No. PRF9149652 PERFORMANCE BOND THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON That Lewis Contractors, Inc. of the City of Georgetown , County of as Principal, andFidelity and Deposit Company of Maryland, Colonial American Williamson , and State of Texas P 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 Two Million Ninety Two Thousand Three Hundred Forty Nine and 50/00 Dollars ($ 2,092,349.50 ) 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 day of RAG1 , 20jTo 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: McNutt Creek Wastewater Segment C9 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 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 22nd day of April , 2014 . Lewis Contractors, Inc. Principal— `, Son Printed By: Title: Address: alis e )ire re.s den aror uin,7,T 'dent Agent f Sur 1 Sig re Jo W. Schuler Printed Name 1405 E. Riverside Dr. Street Address Austin, Texas 78741 City, State & Zip Code Page 2 00610 7-2009 00090656 Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company Surety hn W. Schuler Printe, i Na%ie 11 By: Title: A rney-In-Fact Address: P.O. Box 968033 Schaumburg, IL., 60196 Performance Bond Bond No. PRF9149652 PAYMENT BOND THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON That Lewis Contractors, Inc. , of the City of Georgetown , County of Fidelity and Depose Company of Maryland, Colonial Williamson , and State of Texas as Principal, and tyCompany 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 Two Million Ninety Two Thousand Three Hundred Forty Nine and 50/00 Dollars ($ 2,092,349.50 ) 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 c the — day of 14/101 , 2014-7 to which Agreement is hereby referred to and made a part hereof as Silly and to the same extent as if copied at length herein consisting of: McNutt Creek Wastewater Segment C9 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 1 00620 7-2009 00090656 Payment Bond PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 22nd day of April , 2014 . Lewis Contractors, Inc. Principal Printed By: Title: Address: ent Agent of Sign 3' re John W. Schuler Printed Name Street Address 1405 E. Riverside Dr., Austin, TX. 78741 Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company Surety John Schuler Print= • e B: t' Y i Title: A ., ey-In-Fact Address: P.O. Box 968033 Schaumburg, IL., 60196 Page 2 00620 7-2009 Payment Bond nnnonK« CERTIFICATE OF LIABILITY INSURANCE PRODUCER: Time Insurance Agency Inc. 1405 E Riverside Drive Austin, TX 78741 Phone: 512-447-7773 E-mail:mfrancis6@timeinsurance.com INSURED: Lewis Contractors, Inc. P 0 Box 2974 Georgetown. TX 78627 Phone: 512-260-9900 E-mail: carrie@lewiscontractor.com Date: 4-16-14 TDI number required. Please refer to the Texas Dept of insurance website: htto://www.tdi.state.tx.uS/ THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO LTR TYPE OF POLICY EFFECTIVE EXPIRATION INSURANCE NUMBER DATE DATE LIMITS A GENERAL LIABILITY 5082991246 02-09-2014 02-09-2015 GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OP AGG. $ 2,000,000 PERSONAL & ADV. INJURY $ 1,000,000 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ 100,000 MED. EXPENSE (Any one person) $ 5,000 A AUTOMOBILE LIABILITY 5082991229 02-09-2014 02-09-2015 COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ B EXCESS LIABILITY 5082991277 02-09-2014 02-09-2015 EACH OCCURRENCE AGGREGATE $ 4,000,000 $ 4,000,000 C WORKERS' COMPENSATION 5091106213 02-09-2014 02-09-2015 STATUTORY LIMITS $ AND EMPLOYERS' LIABILITY EACH ACCIDENT $ DISEASE - POLICY LIMIT $ DISEASE - EACH EMPLOYEE $ 1,000,000 1,000,000 1,000, 000 PROFESSIONAL LIABILITY BUILDERS' RISK INSURANCE OR INSTALLATION INSURANCE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS/EXCEPTIONS The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability' and 'Professional Liability'. Should any of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mall thirty (30) days written notice to the certificate holder named below. CERTIFICATE HOLDER: City Manager City of Round Rock 221 E. Main Street Round Rock, Texas 78664 00650 10-2010 00205746 SIGNATURE OF AGENT UCENSED IN STATE OF TEXAS John Schuler X .:ws John Schuler Typed Name: License ID: 1206 Page 1 Certificate of Liability Insurance COMPANIES AFFORDING COVERAGE TDI A Continental Insurance Company 35289 B Continental Casualty Company 20443 C Valley Forge Insurance Company 20508 D THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO LTR TYPE OF POLICY EFFECTIVE EXPIRATION INSURANCE NUMBER DATE DATE LIMITS A GENERAL LIABILITY 5082991246 02-09-2014 02-09-2015 GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OP AGG. $ 2,000,000 PERSONAL & ADV. INJURY $ 1,000,000 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ 100,000 MED. EXPENSE (Any one person) $ 5,000 A AUTOMOBILE LIABILITY 5082991229 02-09-2014 02-09-2015 COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ B EXCESS LIABILITY 5082991277 02-09-2014 02-09-2015 EACH OCCURRENCE AGGREGATE $ 4,000,000 $ 4,000,000 C WORKERS' COMPENSATION 5091106213 02-09-2014 02-09-2015 STATUTORY LIMITS $ AND EMPLOYERS' LIABILITY EACH ACCIDENT $ DISEASE - POLICY LIMIT $ DISEASE - EACH EMPLOYEE $ 1,000,000 1,000,000 1,000, 000 PROFESSIONAL LIABILITY BUILDERS' RISK INSURANCE OR INSTALLATION INSURANCE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS/EXCEPTIONS The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability' and 'Professional Liability'. Should any of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mall thirty (30) days written notice to the certificate holder named below. CERTIFICATE HOLDER: City Manager City of Round Rock 221 E. Main Street Round Rock, Texas 78664 00650 10-2010 00205746 SIGNATURE OF AGENT UCENSED IN STATE OF TEXAS John Schuler X .:ws John Schuler Typed Name: License ID: 1206 Page 1 Certificate of Liability Insurance