Loading...
Contract - Austin Underground - 12/20/2018 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 M (()day of January in the year 20 19 . BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Austin Underground,Inc. ("Contractor") P.O.Box 5650 Lago Vista,TX 78645 The Project is described as: Gattis School.Road Wastewater Improvements The Engineer is: DCS Engineering,LLC 1101 S.Capital of Texas Highway Building G-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 4-2016 Page 1 of 5 Standard Form of Agreement 00307791 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 one hundred and fifty ( 150 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of five hundred and No/100 Dollars($500 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement.It is agreed that the harm that would be caused by such failure,which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work (or any portion thereof) is not achieved on or before thirty (30) days after the date(s) specified for Substantial Completion in the Agreement,the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation,the recovery of actual damages.The date(s)specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. - 3.6 _Contractor shall achieve Final Completion of the entire Work no later than one hundred and eighty - _ — _ ( 180 )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 six hundred sixty-five thousand,three hundred fifty-seven ($665,357 ),subject to additions and deductions as provided in the Contract Documents. 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No X . Yes .If yes,please provide details below: N/A N/A 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 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 or 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. 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 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 November 2018 7.1.4 The Specifications are those contained in the Project Manual dated November 2018 7.1.5 The Drawings,if any,are those contained in the Project Manual dated November 2018 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated November 2018 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda, if any,are those contained in the Project Manual dated November 2018 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: 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: Eddie Zapata,Senior Project Manager City of Round Rock 2008 Enterprise Drive Round Rock,Texas 78664 8.3 Contractor's representative is: Gary Walden,Project Manager Austin Underground,Inc. P.O.Box 5650 Lago Vista,TX 78645 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. 00500 4-2016 Page 4 of 5 Standard Form of Agreement 00307791 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 CONTRAC 'I R CITY I F ROUND ' I CK,TEXAS Austin dergr•,. d,Inc. Richard Vavro Printed N.me: P/ �� �� ` Printed Name: - - �aTitle u Title: President Date Signed: • (h.(9 Date Signed: 1/8/2019 ATTEST: g42414- rtc_.9144:7—' City Clerk FOR SI T ,APPROVED • S TO FORM: City A./11 ney 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 CORPORATE AUTHORIZATION RESOLUTION I, Cheryl Faulkner Vavro, the undersigned Secretary of Austin Underground Inc. (The "Corporation)hereby certifies that: The Corporation is duly organized and existing under the laws of the State of Texas And the following is a true, accurate and compared transcript of the resolution contained in the minute book of the Corporation, duly adopted at a meeting of the board of Directors of said Corporation duly held on the 7th day of January 2019 at which meeting there was present and acting throughout a quorum authorized to transact business hereinafter described, and that the proceedings of said meeting were in accordance with the charter and by-laws of said Corporation and that said resolutions have not been amended or revoked and are in full force and effect: Resolved, that Richard Vavro- President of the Corporation, and Jesus Franco- Vice President of the Corporation, are hereby authorized and empowered to sign any and all documents on behalf of said corporation, and to take such steps, and do such other acts and things, as in his or her judgement may be necessary, appropriate-or desirable in"cormection with any bid submitted to the- - ---~ - City of Round Rock: and, Resolved, that any and all transactions by any of the officers or representatives of the Corporation, in its name and for its account, with the City of Round Rock prior to the adoption of these resolutions be, and they are hereby, ratified and approved for all purposes. January 7th, 2019 (ji_itaLDLI.14/./th Ztt LIMO (Corporate Seal) 00600 INSURANCE AND CONSTRUCTION BOND FORMS BONDS AND INSURANCE INSTRUCTIONS Instruction Sheet 1. Insurance Company must be licensed by State of Texas. 2. Agent signing bonds must be licensed in Texas. 3. Agent signing bonds must have Power of Attorney on behalf of insurance company. 4. If Agent signing bonds has Power of Attorney, but not licensed in Texas, then the bond must be counter-signed by Texas local recording agent. ALL THE ABOVE INFORMATION CAN BE FOUND AT Texas Department of Insurance website—www.tdi.state.tx.us 5. Make sure the dollar amount on both Performance and Payment Bonds match the amount of the Agreement &Bid Form Sheet. 6. Both Performance and Payment Bonds should be signed by Authorized Person. If the contractor is a corporation, then it should be signed by the President or the Vice-President. If the contractor is not incorporated, then it may be signed by the Owner. Please state the title of the authorized person. CERTIFICATE OF LIABILITY INSURANCE Instruction Sheet 1. CERTIFICATE OF LIABILITY INSURANCE FORM The City of Round Rock's Certificate of Liability Insurance form provided herein or a standard ACORD form. 2. PRODUCER and INSURED -Please list name, address,phone number and e-mail. 3. COMPANIES AFFORDING COVERAGE — TDI number required. The TDI number can be obtained from the Texas Dept of Insurance Website: http://www.tdi.state.tx.us/.—Company Lookup. Note: Exception to this rule. In certain instances where there is unusual risks involved,Surplus Lines Insurance Carriers can be used. Below are the guidelines: a. Insurance Company does not have to be"licensed in Texas",but they do have to be"eligible for a Texas license." Please verify with the Texas Dept of Insurance Website:http://www.tdi.state.tx.us/.—Company Lookup b. Policy has to be written by licensed surplus lines Agent. Also verify with the Texas Dept of Insurance Website:http://www.tdi.state.tx.us/-Agent Lookup 4. TYPES OF INSURANCE COVERAGE— CONSTRUCTION CONTRACT: Please double check the General Conditions and the Supplemental General Conditions for the types and amounts of insurance required. The Supplemental General Conditions usually state the following: a. Business Automobile Liability Insurance b. Workers' Compensation and Employers' Liability Insurance c. Commercial General Liability Insurance d. Builders' Risk Insurance— (Generally required for all "vertical" construction. Check with Project Manager for requirements.) FOR ALL OTHER CONTRACTS, PLEASE REFER TO THE INSURANCE SECTION FOR TYPE OF INSURANCE REQUIRED. (For example Engineering Service Contracts usually require"professional liability insurance".) 5. EFFECTIVE DATE &EXPIRATION DATE Please make sure dates are current. 6. City of Round Rock must be listed on the Certificate of Insurance as an additional insured (except Workers Compensation and Builders Risk). 7. Certificate must indicate that the insurance Company must give the City of Round Rock notice of any changes, cancellation, etc. at least thirty(30) days prior to date of change. 8. Make sure Certificate is signed by an Agent Licensed in the State of Texas, this can also be found on the Texas Department of Insurance website—www.tdi.state.tx.us—Agent Lookup. PERFORMANCE BOND Bond No. 30058280 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Austin Underground, Inc. of the City of Logo Vista County of Travis and State of Texas as Principal, and Continental Casualty Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of six hundred sixty-five thousand, three hundred fifty-seven Dollars ($ 665,357 ) 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 wr.tten Agreement with the Owner dated the "' day of ►p L , 20 18 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: Gattis School Road Wastewater Improvements (Name of the Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 7-2009 Performance Bond 00090656 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 28th day of December 20 18 . Austin Underground,Inc. Continental Casualty Company Principal jepr Surety By: / By: Title: ' , .EN-r— Title: Courtney J. G.' ld g,Attorney-in-Fa Address: i 9114 �b . Address: 151 North Franklin, 17th Floor orate-rowA)/-rx "Mb 4 5" Chicago, IL 60606 Resident Agent of Surety: t- - 14;64_,..e Signature 4 4 Courtney J. Goulding, USI Southwest, Inc. Printed Name 7600-C N. Capital of TX Hwy. #200 Street Address Austin, TX 78731 City, State & Zip Code Page 2 00610 7-2009 Performance Bond 00090656 PAYMENT BOND Bond No. 30058280 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Austin Underground, Inc. , of the City of Lago Vista , County of Travis , and State of Texas as Principal, and Continental Casualty Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of six hundred sixty-five thousand, three hundred fifty-seven Dollars ($ 665,357 ) 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 w"..itten Agreement with the Owner, dated the Nktr i041)--- day of Deccmbeiti{'ll, 20 18 , 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: Gattis School Road Wastewater Improvements (Name of the Project) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00620 7-2009 Payment Bond 00090656 . r 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 28th day of December , 2018 . Austin Underground, I. . Continental Casualty Company Principal Adir Surety / By: /_dilr IF -- i • I , 1 i Title: WPM 1 Title: Courtney J. euldl4_, Attorney-in-Fact Address: 1.2 07,5 p rke,v-setvD,.E. Pii,. Address: 151 North Franklin, 17th Floor So Km.s-rot..4e.)/-rx 7$bNChicago,IL 60606 Resident Agent of Surety: A �� _�gy 7-�i- _ ,-- Signature i 4 Courtney J. Goulding, USI Southwest, Inc. Printed Name 7600-C N. Capital of TX Hwy. #200 Street Address Austin, TX 78731 Page 2 00620 7-2009 Payment Bond 00090656 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint William E Gellhausen,Wesley M Pitts,Cynthia Giesen,Courtney J Goulding,Individually of Austin,TX,their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 27th day of September,2017. APV GAsu.14), �NSu,Qq�, Continental Casualty Company cl k�P c� �° 'xc National Fire Insurance Company of Hartford es �� GORP:RATF o� z , �IV ; �4'°ICCRPORi i. A American Cas alty Company of Reading,Pennsylvania O Ga 2 2 Q ( u3I) 1897 HArie b • 411114---- Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: On this 27th day of September,2017,before me personally came Paul T.Bruflat to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MOHR NOTARY PUBLIC �' SOUTH DAKOTA tft 7)9464i1A My Commission Expires June 23,2021 J.Mohr Notary Public CERTIFICATE I,D.Johnson,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford, an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the rever a �f is still in force. In testimony whereof I have hereunto ubscribed my name and affixed the seal of the said insurance companies this day of T om, Y1r r- , <N: • v GAStmo. %NSURq VPNY OP Continental Casualty Company � C, 41 ��F ,�k�°`� '�11 National Fire Insurance Company of Hartford (\ ) w GORP:RAT O _ IIZ, teOORPOR4 , American Casualty Company of Reading,Pennsylvania fi JUL31, i102r (0 . )0...0.vivlweadeev........_d 1897 41c HARts•e b • I D.Johnson Assistant Secretary Form F6853-4/2012 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the"Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the"Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April,2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." Figure: 28 TAC §1.601(a)(3) 1 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: 2 You may contact Continental Casualty Company, Puede comunicarse con Continental Casualty National Fire Insurance Company of Hartford, Company, National Fire Insurance Company de American Casualty Company of Reading, PA and Hartford,American Casualty Company de Reading, PA Continental Insurance Company at 312-822-5000. y Continental Insurance Company al 312-822-5000. 3 You may call Continental Casualty Company, Usted puede Ilamar al numero de telefono gratis de National Fire Insurance Company of Hartford, Continental Casualty Company, National Fire American Casualty Company of Reading, PA and Insurance Company de Hartford, American Casualty Continental Insurance Company's toll-free telephone Company de Reading, PA y Continental Insurance number for information or to make a complaint at: Company's para informacion o para someter una queja al: 1-877-672-6115 1-877-672-6115 4 You may also write to Continental Casualty Usted tambien puede escribir a Continental Casualty Company, National Fire Insurance Company of Company, National Fire Insurance Company de Hartford, American Casualty Company of Reading, Hartford, American Casualty Company de Reading, PA and Continental Insurance Company at: PA y Continental Insurance Company: CNA Surety CNA Surety 151 North Franklin, 17th Floor 151 North Franklin, 17th Floor Chicago, IL 60606 Chicago, IL 60606 5 You may contact the Texas Department of Puede comunicarse con el Departamento de Seguros Insurance to obtain information on companies, de Texas para obtener informacion acerca de coverages, rights or complaints at: companias, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 6 You may write the Texas Department of Puede escribir al Departamento de Seguros de Insurance: Texas: P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax: (512)490-1007 Fax: (512)490-1007 Web: www.tdi.texas.gov Web: www.tdi.texas.gov E-Mail: ConsumerProtection@tdi.texas.gov E-Mail: ConsumerProtection@tdi.texas.gov 7 PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your Si tiene una disputa concerniente a su prima o a premium or about a claim you should contact un reclamo, debe comunicarse con el Continental Continental Casualty Company, National Fire Casualty Company, National Fire Insurance Insurance Company of Hartford, American Casualty Company de Hartford, American Casualty Company Company of Reading, PA and Continental Insurance de Reading, PA y Continental Insurance Company Company first. If the dispute is not resolved, you primero. Si no se resuelve la disputa, puede may contact the Texas Department of Insurance. entonces comunicarse con el departamento (TDI). 8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es This notice is for information only and does not solo para proposito de informacion y no se become a part or condition of the attached convierte en parte o condicion del documento document. adjunto. Form F8277-6-2018 No Text Client#: 106054 AUSTIUND ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12J31/2018 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(ies)must have ADDITIONAL INSURED provisions or 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME/:‘CT Cindy Ellis USI Southwest Austin PHONE 512 451-7555 FAX 512 467-0113 ,vc,No,Exc): (A/C,No): 7600-B N.Capital of TX Hwy#200 ADDRIESS: cindy.ellis@usi.com Austin,TX 78731 INSURER(S)AFFORDING COVERAGE NA1C# 512 451-7555 INSURER A:United Fire Lloyds Insurance Company _43559 _ INSURED INSURER B:Texas Mutual Insurance Company 22945 Austin Underground, Inc. INSURERC: P.0.Box 5650 — — INSURER D: Lago Vista,TX 78645-5650 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 fS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 85318434 08/01/2018 08/01/2019 EACH OCCURRENCE $1,000,000 PREMISE CLAIMS-MADE Xl OCCUR S Ea occurs nce) $300,000 X PD Dedt: $1,000 MED EXP(Any one person)_ $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 JE POLICY X ECOT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: A AUTOMOBILE LIABILITY 85318434 08/01/2018 08/01/2019 EOMaBI 1 SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILYINJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY (Per accident) $ A X UMBRELLA LIAB X OCCUR 85318434 08/01/2018 08/01/2019 EACH OCCURRENCE $6,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $6,000,000 DED , RETENTION$ $ B WORKERS COMPENSATION 0001247677 08/01/2018 08/01/2019 X STATUTE EERH AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE__ E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? ( N l N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Project:Gattis School Road Wastewater Improvements The General Liability and Auto policies include blanket automatic Additional Insured endorsements that provide Additional Insured status to the Certificate Holder(and other entities as required by the Prime Contract),only when there is a written contract that requires such status and only with regard to work performed on behalf of the named insured.The General Liability,Auto and Workers Compensation policies (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Cit of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221 E. Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S24656955/M23572682 DAMHB r ,L• 4 • •• N .a. s 7 • • • • k` •• • 6 1 DESCRIPTIONS (Continued from Page 1) provide a Blanket Waiver of Subrogation in favor of the same when required by written contract.Coverage is Primary and Non-Contributory,when required by written contract.Umbrella is follow-form coverage.30 days notice of cancellation applies,when required by written contract,with the exception of 10 days notice of cancellation due to nonpayment of premium,per policy form. 1 SAGITTA 25.3(2016/03) 2 of 2 #S24656955/M235726820 No Text oq r� It A ---------------------------------------------------------------------------------- W ---------- F1 -------o------------------------------------------------------—------------»- ---------—------------------- ---------------- O ----------------------------------------------------------------------------------—-------—--------—--------—--------—----------------—-------------------- -—-------------------------------------------------------- ----------------------- ------ -------- --------- 14 ---- ----—---------------------------------------------—----------------------—--------—-------- —------ —---------- -------------- ----—-------------- ----------- ----- - ----------- —-------- ---—----�i --------- -- ------ ---— F5 Is cF --------------------------------------------------------------------------------—-------—-----------------—---------—---------------------------------- Vl 14 ------------------- - --------- - -------------------- ------ —--------—--------—---------—-------------- ----------------- ----------------------------------------------------------- ---------- ------------------------------------ c GS -------------------------------------------------------------------------------- -------------- ——---------------------------- • --------------- --------------------------------—--------—--------—-------- --------—--------------- —----------------- S s F5 S 16 F5 S F ----------------------------------------------------------- ---—--`-h---- ------_»-K---- --------------- ---------- C5----------------------------------------J - --- -------------------- —-----------------------s----------- -E t u r.2 Ej --60 Ei :1 s E 1. 5 g 8 n !� u p= - E L E- - g g m- i-a- g a 8 x g E Mfk -0 10 a, a. a.7;ya. C4 9 2d 2. u w o. a v d N v .Uc k arn WE -3 E c: a gate- J,LZ -25 m Z It A —---—-------- —-------- —----------—------—-—----------—-------- —---—------ ----—--------—--------- —-------- —---------—------ ——--—---------—----------—---------—----------------------------—--------- 8 cl. 22 —-------—---------——------- H H----- -—--—---------—-------— —------ H ——------------ ----—--------—-------- —--------—--------—---------—---------—— -----— --—.—. --------— -----—— —--------—---------------- 'S IS 8 IS 6 $ 8 _z ;�� 00 C 8 8 0 8 s 9 1:- IS 12 8 R 4 E IS SR S F 8 C� -------------------------------- --------- ---------------------------- ---------- --------------------------------------- ---------------------------------------------------—--------------------------- ------------------ -----------------------—--------- s F, 9 F5 8 F 1r; ------------- - ------ w K---------H H w-------- --------------- ------------------------- c F s 53 8 e 83 s E 9 8 s 8 e 8 IS IS E IS 3 8 8 CC ac lc� 2. ----------------------------—--------------- ------------........ r ..----------—------------------------------------------- o ------------------- -------------------- -------- ........------------------ —--------------- 8 F 8 8 8 0 8 S IS IS 9 F ---- ------- --- -------------- ------------ -IP C 8 IS 6 S2 s 2.1 � Q �`fi `Yi• =r ------ ---- --------- ia —--------—--------- —--------—-------- —--------—------- -------- --—---------—--—-------------- —-----—-- -------------------------------------- -------------------- ----------------- --------- ---------------- 0 I 23 8 8 L, El I ------------------- H w w K w ---------------- --------------- —-------- ------------ ---—-------- ------- ----------- -------------------------- ------------- 8 C.g 8 8 8 2- 8 8 8 8 s F. 8 CK 13 F --------------------- < 14 < w LU LU 10 -1 u < M 10 R E ra 17; tk-K 0' d Ei 72 ce Cc, W.2 .2 Z: 0 AH 0� a dP • C LU 0 ET BE& E Op r > -2 EL „,G 3 2v A t! 281 4 F- �E -1 1 3 1�A 83 p g 8�E's 0 7E E Cc a c E! ILI wu 'I F14 L E Vol ---—--------- 'Al—---------—---------——-------—----------- ---- ------------------------ ------------------------------------- --------- c; ---—--------—-- ----—--------—---------» H —--------—---------- ------—------------------------------—-------- ------—-------- IS s ---—---------—-- ---- » H H H —------------------- --—--------- —------—----------------__—---------—---------- -- ----------------—------—-—------ o6 w.r lu P E u ---------------A -—--------- ---—---------------------- 00 w --——------- 'Al ------ -- -----—-- Co —------—---------—--------—---------—---------......... VI 2c 5 ---—-------- K K K ———------------------- iA —---—---------—---------—----—---—--------- —----------—---------- Al < l4 E ro Z's 7; .r Ej u U0 A J., rq en .6.0 E,5 .72 79 —5i lz, 1= 0 > € 8 8 € € 8 8 $ 8 8 8 € 8 8 € € 8 8 Lig F K H K H K H K H H K S --------------- F5 $ $ 8 $ 8 $ € 8 $ S $ $ N n r — C K. N W $ e € 8 € 8 8 8 $ $ € 8 8 8 8 8 € 8 L O ---- -------- --------y--------..------K -- -------K ---------- -----.---------- y H y K y H H y ----- --------- —_-__----'----"—__-- __---.---- ---------- --------- -----------_••------- O+ K y H � pp pp p CC p V O O € O O C 8 € € € 8 p C p p€ € pa Cq 8 U C C E C 00 O O O OCO Q O rN € C C O CiCCC O I P T — � y K K y V — - - --------- ---------- ------- - - ------------------------------— — ------ ---------------- --------- $ S € 8 8 8 8 8 8 8 8, 8 8 S 8 8 $ 8 K H K y K H K H H H H K H K H K K K U e o :11 ry x Q K y K H K H K H H K y H H K H H H K u •__— ...—.... _.....---- ---------- ..----.— --------. ..------ -------. ---------- ..—.-_.�........— ----------------------- - -«. ........— C 8 € 8 8 8 8 € 8 € € 8 riR K H H H K H H H H K H H y K K H H K Eli •2 v, w c�. w w w w w w w w w w w ¢ � ¢ Q c o S `u c 5 �'' S c•v- .5 9 n 5 W 5 5 °�.o c`.n o.o'n •� $' 9 c �= E a Z 5 u F =� w a c W v 5 c c `� c r � �� •r3 .5 ffi .5 c .5 = ,5 r � .5 rn .S a w ao �..w N c, c E u o •� ti $ .� E A- A.c °u $ �• E 1 o ti 0 0 .7 0'C `� � � �'. n c v' $,n y �� c� � p• =�h � € � � � h � �i a X ,`v �n� w o r1 y ? E -•r� �' - p .S �' .5 .5 E �c � c .5� E �' .��_ .��o, .5�n. ��, g 'a � o �u `I F Q`n .a •ra ��0 0• 9 �•�� a s '�', a >�u.°° u� �' y r�•90 E: b'.R: �. .5 uC a. a a' a n.5 y o 8 o E u o c _ u v V v° u ° b y v 6-:= u O Y p n W.D a_- a'••� I a > u > n a > a U s o p `3' -o o a -•a o �,'R i - r i Q c e = fo - pp e' re'C ES (�42 ry �p ,`ory N�= r.44 0 .9 $ e W 7 10 N y V I q L: 6 7 N c v u .G 6 $ y V N y N.0 N W u d C V r E o x s a x n u c a a y a a a W a x cen _u• C 5 b u Q E " 5,a CC) cn 2p b �'. b a b �'. �.• b C C c _ '� '� o 3 I �a-_ it O— W — _ W — V _ N T — •G — — W — W N — U , J N ={•,. =y I'7 '� q — • g mC5.! 5 me mcg•... g 3 c' og mcg v c 1c YY E z •o °�' g° f3 c c g _ o,�a��'.o'o��a a•-.�v o��d a�� a'�.a$ �S��'v a.�.�''o���'.o,o a��c ,��= �� �� �.�-c :'.� 'a�'o Y,� � W W n n b�"-_.h ZP V2 w v w u yvw , vw_ w w smw �vw v �v, nws n w9 W wn W li vwJ 'w sL, nw_ LC 1= u C\ C F K K K K K K K H H K K K K H H K K K H H H K K W OC r M N M M •C C\ N — — Q — r in — 7 0. '2 K K H K K K K H K K H K K K H K K H K K K K K € S 8 $ 8 € € 8 8 S S S S 8 $ $ Sc 8 8 IS 8 € m S 8 9s > c F S _K_»K ____»»'»»_»y___~«��___ _»_______y___»H H H K .___y_______»_H H H K K H K H H '---------' --------—'------- ------------__--'---= -'-------'---- ------- -------- --______—_________ —_- -------' ------— -------- ----' --- ---- cc S 8 $ 8 k 8 8 $ $ 8 8 8 8 $ 8 8 8 8 8 b V 8 88, $ € 8 € € $ S S S S $ p8 S 8 8 S 8 8 8 8 8 at H K K H H H K K H H H H H H H H K H K H K K K € 8 € € € € € € € o € € € € S $ 8 IS € € € 8 € S 8 8 8 x R 06O �D �O oon N Q a N N �n H K H K H H H K H H H H H K K H --------- _------— __«_»»—--______ ________ _ »».______».— ___» _____ ___«____ 16 u � u w b gog c x '7 �u .5 u �• c �:. c C �� � .�' 5 v .5 fig" � a � �, •g�.�' � � � a � 9 ,, �• ? E E ro.5 a n n cG� 1� e a r,1 c n v .` a ❑>c5 ❑ ov g$i vc v S ceq - b u v ao EaE v EIn 'c ou 3 3J 3+ E or 3 n N $ !=a_ a E b a''�o a' ri.o E•� `�.�i4 F"a v U In u 5:i63 3T�Q Z' d u E J er v ca a cv�'�.b-''•�u'5� .5 Lv 4 ao q ° 3 v� �viW w >,3 n W v'SW�o m � � � E�.�,u-,� E- 2 u U c c w a v w a s tv > A ;a-' E 6r u S 1 " s v ?: c -°'• y .� Al 7 �^ .c`c i e `•g s r� v'�a �d yu -6E `w_ P', .y •'' '��..a v N v g V `..� ' - .`� :.3 AyJ g .e .$ g .5 .s e w c. oo b v cu N wJ c ro Q ry 9 .5;,J.5 n v 5 v o S S 5 c U T 'E— J {"" ap •O n ^ 5't""9 1 f^ 00 L CJ'� W. S ... O u a�__C a� 5_ p0 5� o•5 5 a� -�`o a`� ?`� S `c v 2 c9 ° ut_V _y cC 25- r y ro g u n u � � oo•o q�B u OG '� 'O C m C C L n ._ D '3 .'n O .'�e_Ga U U G U w w e Q = •� w V w L, E w c m m,m,m s.° c u w S a c es. ro w m w i w I w w m w u c V m w v w v 3_c L 3 E C City of Round Rock Gattis School Rd Wastewater Improvements Bids Opened: 11/29/18 at 2:00 pm Bid Item Description Quanhh' Unit Unit Price Total Amount Unit Price Total Amount Unit Price Total Amount Unit Price Total Amount 42 Funush and Install Filler Fabric Fence or 12"dia.Mulch Logs(slaked at a I maximum of 8 fl spacing per plans)including removal upon conclusion of work.Install all filter fabric or mulch logs for the site prior to any other construction,complete in place per Specification 642. 3.877 LF $ 3.00 1 1$ 11,631 00 $ 500 1 1$ 19.38500 $ 400 1 1$ 15,508.00 $ 7.00 I$ 27.139 00 43 Furnish,Install,Maintain and Remote Creek Crossing appurtenances per Plans,complete in place per Specification 642. 1 LS $ 5.000.00; 1$ 5,000 00 $ 25,000.00 1 1$ 25,000 00 $20,00000; 1 S 20,00000 $ 19,934..00 ;$ 19,934.00 44 Furnish,Install,Maintain,and Remote Chain Link Fence Tree Protection, complete in place per Specification 610. 34 LF S 2000 !S 680 00 $ 5.00 1 S 170.00 $ 15.00 I 1$ 51000 $ 8 00 1 S 272.110 45 Furnish.Install.Maintain,and Remotc Wood Slats Fence Tree Protection, . $ 700 . i . i 1 . I complete in lace per Specification 610lI Per Tree 5 , _ $ 0000 $ 31700 $ 3,487.00 , 46 Furnish and Install Hydromulch Seeding of disturbed areas based on 20 ft uide by 3,445 It long plus the construction laydoun arca.Additional area 1 disturbed by contractor shall Lx restored at his cost,complete in place per I I I 'Specification 604. 2.6 1 AC $ 6,500.00 I$ 16,900.00 $ 1,60000 1 I$ 4,160.00 S 2,00000 $ 5,200.00 $ 28,46500 i$ 74,009,00 47 Furnish,Install,and Maintain watering and/or temporary irrigation system I until revegetation is established per City specifications,complete in place 1 i 1perSpecification 604. 2.6 AC $ 500.00 S 1,30000 $ 1.100.00 $ 2,86000 $ LOW 00 $ 2,60000 $ 2,701.00 ,$ 7.022.60 48 Furnish and Install Trench Safety System Plan,complete in place per ISpecification 509 3,621 LF $ 2.00 1$ 7,242.W $ 200 1 1$ 7,24200 $ 1500 1 1$ 54,31500 $ 400 1$ 14,484.(X1 49 Furnish and Install Project Sign including all Material and Labor,complete in place per Specification 802. 1 EA $ 850.00 1 i$ 850.00 $ 75000 1 1$ 750.00 $ 3,W)(Y)i i$ 3Y9)00 S 2.381.0 1$ 2,381 00 50 Furnish,Install,and Maintain Traffic Control Plan and Traffic Control Devices along%tater and setter line route with signage,safety barriers,and appurtenances,in accordance uvith plans,complete in place per Specification 803. 1 1 LS $25,OW.00 1 1$ 25,000 00 $125.000 00 1 1$ 125.000.00 S 15.Owdo 1 i$ 15,00000 S 2,375.00 $ 2.375.00 51 Steel Plating or Temporary Driveway diversions to provide access to private lots during construction as necessary.complete in place per Specification II 1 510, 6 EA S 500.00 1 1$ 3,00000 $ 1.90000 1 1$ 10.800.0 $ 250.00 1 1$ 1150000 S 1,251.00 '$ 7506.00 52 $ $ S S $ $ S $ 53 $ 1$ $ IS $ 1$ $ 1$ TOTAL AMOUNT BID No.1 I S 932,388.00 IS 937,027.181 I S 1,021,357.00 s I S 1,225,778.80 I ,amount on bid doe=$627,72100 Statement of Bidder's Safety Experience is not signed. 'No OSHA Logs attached. 'unit price multiplied by quantity does not equal amount on bid doe 'amount on bid doe=$1,225,848.80 `'Error in quantity on Bid Form 7Wntten Unit Price does riot match Unit Price samounl on bid doe=$725,853.00 °curds match Amount and not Unit Price 'oamounl on bid doe=$828,249.60 "Written Written Unit Price match Amount on all Rents T.B.P.E.FitmNo.F-13162,05/07/2013 6of6 [N61NrrRING.tic DCS Engineering,LLC 1101 S.Capital of Texas Highway Building G-100 Austin,Texas 78746 Tel: (512)614-6171 Fax:(512)284-8021 ENGINEERING,LLC T.B.P.E.Firm No F-13162 www.DCS-Engineering.com November 30,2018 Mr.Eddie Zapata City of Round Rock Utilities and Environmental Services 2008 Enterprise Drive Round Rock, Texas 78664 Re: City of Round Rock—Gattis School Road Wastewater Improvements Recommendation to Award Contract Dear Mr.Zapata: On November 29,2018, DCS Engineering(DCS)assisted the City in opening bids for the above referenced project. Eleven(11)bid proposals were received with total base bid prices ranging from $665,357 to$1,225,778.80. The engineer's opinion of most probable construction cost was$972,500.A tabulation of the bids received is attached. The low bidder for the total base bid is Austin Underground, Inc. of Austin, Tx with a bid of$665,357. DCS has reviewed the bid proposal submitted by Austin Underground, Inc. and found it to be accurate and complete. We spoke with the City about past projects completed Austin Underground, Inc.for the City and noted positive experiences as it relates to this project.DCS also obtained a Dun and Bradstreet Business Information Report for the company. The report stated that the company has a"low-mod" credit risk and shows the majority of payments to suppliers are within terms. Based on the information presented, we recommend that the City accept the base bid of Austin Underground, Inc. for the Total Bid amount of$665,357 for the construction of the 3,500 linear feet of sanitary sewer lines, 140 linear feet of water line, and appurtenances. If you have any questions,please call me at(512)614-6171. Sincerely, DCS Engineering,LLC �y'��`` '®f'l�'�q ANN L. HINDS eeeHe♦e►eeee e.e..eee.eeeeeeee Ann L. Hinds,P.E. -os• 131509 Design Manager p 4,. ° SS��ENSE. N. Enclosure NAL ti�1__a° 18 No Text CERTIFICATE OF INTERESTED PARTIES FORM1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-430006 Austin Underground Jonestown,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 12/03/2018 being filed. City of Round Rock Date Acknowledged: 12/12/2018 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. Gattis School Rd Wastewater Installation of 10"Wastewater line&appurtenances 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Vavro, Richard Jonestown,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711