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