Loading...
R-13-02-14-F6 - 2/14/2013RESOLUTION NO. R-13-02-1446 WHEREAS, the City of Round Rock has duly advertised for bids for the Chisholm Trail Road Phase 3 Improvements Project, and WHEREAS, Cash Construction Company, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Cash Construction Company, 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 Cash Construction Company, Inc. for the Chisholm Trail Road Phase 3 Improvements Project. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 14th day of February, 2013. ALW MCGRAW, Mayor City of Round Rock, Texas ATTEST: SARA L. WHITE, City Clerk 0: \wdox\SCC1nts\0I 12\ 1304\MUNICIPAL\00267653. DOC/rmc ROUND ROCK, TEXAS City Council Agenda Summary Sheet PURPOSE. PASSION. PROSPERITY. Agenda Item No. F6. Consider a resolution authorizing the Mayor to execute a contract with Cash Construction Agenda Caption: Company, Inc. for the Chisholm Trail Road Phase 3 Improvements. Meeting Date: February 14, 2013 rtment: Transportation Staff Person making presentation: Gary Hudder Transportation Director Item Summary: Chisholm Trail Road Phase 3 will reconstruct Chisholm Trail Road to a five -lane urban roadway with curb and gutters. It will also construct a three -lane driveway for access to the Sports Complex. Five sealed bids were received at 2:00 p.m. on January 15, 2013: Cash Construction - $3,354,101.00; Chasco Constructors - $3,573,426.85; Smith Contracting Co., Inc. - $3,573,990.93; RGM Infrastructure - $3,813,757.08; and Aaron Concrete Contractors - $4,303,274.30. The low bidder was Cash Construction. Based upon review of the bid tabulation, past performance on City projects, and their current performance on the Chisholm Trail Project to the south of FM 3406, City staff and CP&Y, Inc. recommends acceptance of Cash Construction's bid in the amount of $3,354,101. The project is scheduled for completion by the end of the year 2013. Cost: $3,354,101 Source of Funds: Type B Corporation Recommended Action: Approval C P&YJ Partners for a Better Quality of life January 18, 2013 Bill Stablein City of Round Rock Transportation Department 2008 Enterprise Drive Round Rock, TX 78664 RE: Chisholm Trail Road Phase 3 Improvements — Award Recommendation The City opened bids for the Chisholm Trail Road Phase 3 Improvements project on Tuesday, January 15th, 2013 at 2:00 PM from the following five (5) contractors: 1. Cash Construction Company, Inc. 2. Chasco Constructors, LTD, LLP 3. Smith Contracting Company, Inc. 4. C.F. Jordan Construction, LLC, dba, RGM Infrastructure 5. Aaron Concrete Contractors, LP The low bidder for the project is Cash Construction at $3,354,101.00. If you have any questions regarding the bids or this letter, please let me know. Sincerely, CP&Y TBPE, FIRM REGISTRATION # 1741 Paul Schrader, P.E. Project Manager Enclosures: Bid Tabulation Contractor Bid Packages (5) cc: Gary Hudder pw:\\PWAPCPY01:pw_cpy\Documents\Active Projects\RNDR1201.00\6.00 Bidding Phase\6.50 Recommendations and Bid Tabs\RNDR1201_BID TABULATION.pdf The Avallon, Building 1 10415 Morado Circle, Suite 200 Austin, Texas 78759 512.349.0700 - 512.349.0727 fax www.cpyi.com w L S 1-+++ +d31- A wpp W Z in O 3 m � z O A S . A F AW A A A AW z .v A A m y c m z W W W N W v V W ~ W V 0 W 0 0 W W. 0 0 w O N W O O A A W O o l0 N N N N N N N „' O� O W O O O W W N W W A A p? w H a p SI R K A Z O O O O O 6 O O 0 O g O O. . 6 6 6 6 6 6 6 0 0 0 6 6 6 6 6 6 6 O p O 0 6 0 p 0 W 0 0 0 0 T T 0 0 w N 0 p y p 'p O O p p 0 0 0 N 0 0 0 0 0 0 0 rO R 9 D a H H 3 A A N H� w O O D w� N W Ot W H a p N o m N✓ mm W .p N� H O A W� Ot � � A p A� N� Co O N� O p O J O O � � V y d-d-dTH n➢ D 0 d;;kHT D➢ '++ D D D D D D D D Z z z <<< Q< D A W a n A A T r r R R x m T O Z ➢ O- O- Q D 1 O O v-- m -5 m m A y T z z z c z D i-, i't n C1 O O O O c N 2 2 r n T A z m m x m ti A z z G1 G1 z Z m C m L^ z m ti z W I A D G v 'o v 'o v �y �'t -i -i W n p Z W A n n y m �L rL a z w Z m w O Z H n<< m 2 n n n x 0 O 0 0 Z O% n Z X X X W n Z 2< D Q a m m - m rn D D➢ G G D < D D G G O O n m 0 z G1 n m -� O A ?_ Z N v Dr br m m Cm Z Z Z y rn z z 0 0 0 Z m tzi n A D n A D D u➢t i➢i m W 3 D R R➢ 'S o o- O z ➢: m D m y_ D= A m- F 'z -- µ O O Z N N a {� Z 'Z Z 4t.: X x' F? ➢ D A ,4 -.t z m ,C '._ OX n O m m m R O m m A A➢ R r m ? z z a n W n G�- �. -i yT z 2 A x ]c R ]c m 4'} m r n` o m C'S y -Di C G C G C: D= EJ n m C? Q fm'f D 0 D .p "a O D .Q D ➢' :$ 0 0< z 2 m sn z D O y A CO. N D O O O' C 4 iQ m < c < �0004� W c5 O z O c o A Z o '�a f -I -1 2 a v� z z -i -I r t> m Do a ' Z z z n n z z n m n = D m 3 Z _ Z w -� -i =f =a .-. < =� G< c D m m m m .,. F 'S � ➢ Z O O y =� V y D H D a D a D 'm 'm �. 0 D b �_ H v Z W x Z Z Z z 0 :` Si+ o A A r2 A rL '� n S ➢ Z n n n (� `: O �' 2' y G G<< D A W O Oy n O z C O z C S z N "' _ r m 'S ➢ Z O ^ n Z Z Z Z y 0 o on O `- D o 3 ~ n D n n m m < - 'y D Czl O O C D D D � D Z n n -- n -- W =p 3 Im N V'i A z Z Z Z y r G A a O 0 S S - ° nnnn th- th--in— h W th-- th-- th-- th tit ----- to v. W --- -- th --- v. -- th--------- to -------- W -- C O W O O O uQi O N p 0 0 O O O O O O p J O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O p O 0 0 0 p O O O O O p O O p p� 'x A D A .. W N U+ N W N W O N H H W O A w w A A O m O O N O N O� V A N Qe V A N V tD O o O A H O1 O w A.. N O O O O O O A O O O N N O OO O O 0 0 O O O O N P 0 H O O O O tai A O V O N 0 O O O 0 0 in iD O O 0 0 M N O O 0 0 in Oe O O 0 0 i.r . O A 0 0 in O 0 0 0 0 O O 0 0 0 0 O O 0 0 0 6 N i6 0 0 0 vQ+ Or Ovi O 0 0 in P O 0 0 O V O O 0 0 O N O O 0 0 O pp11 N A O O O 0 0 . O N 0 0 0 . N O 0 0 0 0 W O 0 0 0 N C w NIpn MWO -GHqt VqldQ 4O0 4�OO-` iNQ0 ------ h hNo -wO M1 NO HO0h 0g0h 0ORp W0OQO OOOQ �00 V00O N0 H0 oO JO No NOO a0O HdOO �OO XW XN XD Hon J 0URh+ 0VOhi WOOh O0h Q00/ NO NcOOn vQOO HOO cN0On OO . N tH" O O 0 0 NO H 0 0 O O O 0 0 0 O8R Ot N HNO Jvn W0h Oov---- 0Oh :.v{:0 R0n . 0h 4Ch 0 000 0000 0Q00000 o 0 0 0 0 0 0--hN--VN-NN-N--vvvno—Nhn—Vo—N--- —t --ow �� OmC W W t+ O pi 0. �W q.�N HNW� IM WOw�A OR 000 0 0 0 0 0 00 0 0 O Q o O 0 0 0 0 0 0o O O O g d 0O O O O Stt:: 4A 4(t 4h 'rh ::1t Y 4tY ilt Ott 4/! ih ih 4Ft 4h 4h Slt Oft Slt SFt Sh Sft ih 1( 4h iR V} S!f Sh ttt Vt 4h #f' Slh UT ih tik 4i 4R ifl 4h 411: 4eF Y} 4h th; ±t'x 'h N 4/k 4/T 4h 4!t N h Vf tlt UR :SA 411 41t 'tl+ v W d d d O Cit W O O O H 4: Q4 fit V O 6 Sl+ SFe. Sei Ca ir+ w+ N N p v W vH W H {R ... N A p O p 0 R O SLS xP 0 6 p 0 A 1> txt p Q �d p i s d ?t tiQ H '.. N d 0 0 iQ M N tp.. U Qt d x,+: O �? d R: d O d f-� fex p A 0 ip � V+ W w P� M A H R� „. tfi.,:4T 4M ilt k+F ':4f 4it �+ d 4 4n Cfi ti+ Lt% %V tFt q f? Q g SS R q C5 O p R O p 0 *d N O O 4 0 4 ©: 0 Q. O O p O [} :. d d'. d 0 O 0 R: O d R O: 00 q 0 4* Q G f2 q O . Cie o o q 4 . . Q..: S :.:. iFF 5M1 ih '4'+ U+ ih Ut ih 4h 4h 4FT 11t SR1 Slx Y. S/t '4R ilt Sh iet N Set ih Yt ih Nt NF th iA> tlx U+ Y+ 41ti ih ih 4h ih: ift 4h SR+ ih... 1h ilt ilt Y3': to 4fk iFT Uro 4l+ S{t 4£1 itt Te V! ih Sh Vt Sh Sft Sh 3: d w 6 4 H W A N� il* yA A W R N '�;O A P N yClt 1p N V � N Q1 41 � W W.. W 1-* �f.'� m z*9 W J. 1P.r H t0 A d IA d i,fi N t%4H N W A d O 43 3 �- lz-, O C Q: O O O +3 V5 O O d p O W d Sn Sn A P ftt :iG W tri Q y^ G! p Ct O 0 0 �Q to 4 0 Q O 0 0 Q :O O to Q V+:: th 4h L4 N' A fit2 N Vt Vk ih th Nt iXt t+ ih OF th llt ih V1 Yx 4h t{t Sh 'W afh ih SY> SJ} ih i£t SF SM1 4l1 th Sh SFS::. M1{x Sh Sn iF: 4et <li 1!t 'V1::. 4h ttx ih Uk ih 4{t ih 4h Vs ih 4lt 4h Yt Vt 'Vs U1 � O. O p H W rt N tJi p Q ,Q i3 C3 O kP iP C O O. to U+ L0 R O ,f.) 0 0 0 D.i R O Aie H 0 4 4 p Q. P to O. M. 0 0 .0 R 4 0 R 5.] O O O u R N W. S1 W A P R stk � fR N. RO A 0 O. C G Q O O 0 0 C: C Q 4 �:f01 Q Q O G�© .. O Q 04 4 0 �. V%: Th SIF ih Set Xt SFt Y+ Set Vt 4A Vt 'et> h 'Sh th tl+ tP+ th Ul ih SfT Stt Vx V} M1Ff Vt Sh SFt Sh Yt Sh 4t Vi ih Sh 'ih th U} 4h N SA tFh ih 4h ------ th ---------- h4hh4tLSFtURVtVtNtita: ,a W m Q 1M* Yyi N v V N' C'Y t[ w 'P1.: A W W tin O. N N Sn C A N c t�..+a 43: W v IV fiFI W GU to *1 N N O N C2 O ht SP N 45 At ifl iN iSt VS 41 4t X15 ,F^,• O .O fR C4 O O 39 ¢ W :R W Ct Vi SF+ tri Ue Ui Su @ i4 O W A Q ?: +S C4 ? V: O GI V Td W p O O `A hA 3 N• 00O ON CwMOd gQ 0 p O0O O0RO0 000 O uC sh 4F* 4h ilT ih Vt ie'f Sh 'tFe. SFt SRt t(� M '4Is N +fn tlt 7n - - - — N Nin in. to to M Vr M Vt to (h. SFt N tet Sh iet th th N W to t/1 tli H a SII N N H M N W PO H O X X X N: th p O p p R O SG . 0 0 0 4 A A VOi tvI qO q0 6 t -e O N Q to Qi W H v N 0 0 Ci: O 4 N O N W N o H W o O S W O O O g O O O q d 0 0 Od N Q t}t R t± P p. O N O N �O N Ui M W W O 0� d� 9 4i: h+ W. d 05 W to ir1 :A N 04 OPi 4 4 C3 W to to UI :tA N to Q5 N© 4 Q Q O O g Q L?. m d O O O O d O g Q . O N q O. O C 0 O Q 0 0 �O g p. p O O 0 0 O C? 0 O O O O O O C 0 p N' C? O O b II O 4 ti+ O t1 � Q. M ifi:iM14I+V'14l+:. Sh ih ilxih--Vt---th—N--Vt ih-th---to Sh Sh------to--ih--*nth------Sh----Vt---N--- pNi D `"i N. W J fiP W �,i m w u R ppll .tea tHn tWp 4�iF A i.a O N ca N 4 O p a Qt in .R Q N M Q O O O N O W O Oe W N O W O 4 O O O. 4. W [mt t'�O tWi+ O N g V W pN A A V i9 O W 3 '!2' N: 1p to v P' tS3 O fFe V :W 4f H w W M' W O O N C11 O 4 O Ut 6 N O O O Q O G g q O 'O 9i 4 O O 0 0 W W O 0 Q W p pp CNF+ Q C} 'R O Q O O 4 0 C p G 0 0 O O d O 0 0 O R Ot to O 0 R C:F O O 1 C O O P O O H N O N O O A O N: O N O O A O T O d p [fi: R y iJi: Ut if+ i!1 Vt: :t F) SJY 4sk ih It Sh %FT 4h 4h SFt iet th 4Fe in 4h t(s Vx ih +Jf ih tR Lk to 5h Va th Sh to ih G1 ih La tf. N +h S!} Sln th ih SFt +h. th Srt th Vi: tlt tl't SFT t1t. Vt ih Set th fi ih +h Vt': A G m L m H `twji O Ut U:t 0 W Ut A N W H .P H Q -• X X X W N Q N ip Q 4 0 O v O d d: 0 0 0 d 0. O Q Cp q H t.NSi p. QO0000OOOd 00R . Q Q Q . OQ O ... OO 0N g?OA OOv CO Owp qW4qm0 �p 2: Yt. -------------------------------- --------------------------- fH---th---N--Nth tR tRM-to the--th M.-Vt-ih. WAowwgtnnxNHN.a aiw inNwvNw;�owm,+-Hd v. ;.i ++;av «.�A rnv wa,+'w o°- usm saw p: 3 H N i -S ttt VS W � N H US cD W W Ot F! O t0 � p A M1f N N ,1# faa O N 1 to ^d N W S -h ilt [+t N N. W N e4 4. V 42 OO Pi F+. O R. A O O tp A V O °� A w W O W: wi O �+ 6i 1d+t N V £NC(yy d tQl+ A.9 Q O N f0? Q 0 1N` *QA 9 R Q 0 4 Q Q 4 0 N Q O O O: p 4 0. W Q O W 4 N.. OQi Co :41 O R tit:4 <3 . Gx O.. O €J N O Q O O O O Q O O Q Q Q O o R b O A p O D O � O C} g O D O Q R p p QQ d O R :R C."x O O g O R O 4 0 4 C O O O O O O R R R:R O O q' A � D n n O o c 3 z o I r O 0 0 w 0 0 v rn 0 0 N A 0 0 N 0 g o O J m W n N b w 9 d+ 3 O A y A W -i -i W W -1 � N W -I -1 Obi -i -i ppi pqi -- N w O A A A A A .P A D A ----- AA-- D A A A F A O A A O O A O O A O O z A O O A ]J O O y C Q A O N N N O A W N A O O O O O O W 6 6 6 6 0 2 p W O N A W O C 6 0 0 0 0 0 0 0 6 -• P A J m A p to ig vpi V Ot t+ n+ Qt O O N �+ A ➢ D D +r+ r�+ D r D< TN+ + r ID D �7� � z D D D D D r ➢➢➢➢ D D D D➢ D D D r C D a. n 0 n n 0 0 n n» 0 0 a a z z m m o A n A C D< D m m m A o C <<<< D D D D v v p a 1 m a ti m I -� -a -+ �� N 0 N ti -� -� m -i r w m 9- W O C O Z C O Z C 0 0 0 3? 0 0 3 0 0 s y �, r -' S D p 2 a m m x S n m m m m m m Z `P y 0 0 III 0 0 0 0 0 0 4 0 o< z z c c c c c m m m m v z F z 2 xO z <_ Z o O ➢O << O O z co o', Z 2 = 2 z 3 G7 y 1 1 g g 1 1 1 1 1 y g 3 1 1 g z 1 D ➢w o O< A A z z T ^' n 3 z z O ;,, z z Z z a o c n x O O O co O O o 0 o o o O m< R o Z D N n t<<< n n n - ' -i -i vC, -i I 4l Gi G5 c c c > . R 'O. 'O "0 'O 'O '.4 z .`^.. Q 6 <. ~ n N D-nf y v m m A P V m A W N r+ 2 z Z z y ➢ Z D o c A v F a a a n n p n a a 'S n n - 3 '�^ m �— z z o z "O D D D f9 f5 A AAt� n < a H n m z A J?f?APf� z v r+ m mZD a Z >>, N Oµ O ; z O Z z t➢i+ G1 n O O N N Vf N to iJt Vf +/n to N 'N N N v* Va W +J* N Vr Vt N W Vt N N V� l/t N a/t N to in to tN Vt Vt vt (n tin to N N N i/r Vt 41 tR vl S!* C O O O O O p p 0 0 0 0 0 p p O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 q N v o w N ti w N W N O A N O O� 0 0 O N 0 0 0 W Ot V 0 0 0 0 l0 A O 0 0 0 0 m O 0 0 ... N pC 0 0 0 w .P tVD NO 0 0 i p� A N O 0 0 tNit Q O. O 0 0 . 0 0 0 0 O N 0 O 0 0 0 0 N O pO 0 0 0 0 r~ 0 0 0 0 U A N O 0 0 n. V+ N 0 0 O� 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W ----------------------------------- n C 91 O O O O O N O W N. N W O O Qt 0 0� O W O O O o p O O A 0 W O V O 0 (J � O M 0 0 O O O� 0 0 O O O O O O c o 0 C O O 0 0 O O mm A N 0 0 O �+ 0 0 0 O O O f? 0 0 Op p O p 0 0 Op O g 0 0 0 0 Op 0 0 O 0 0 0 0 N 9 O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 C o Ww _ . _ _1"' O o 0 0 0 0 0 0 0 0 0 0 0 0 0 J3 0 0 0 p O pO p 0 0 A A 0 0 O 00 0 00 0 0 p O p O 0 0 0O O p 0 0 0 0 0 0 0 VR M SlR +It SJR ttT t;'t iJR ?? NR VF 4i: Sh ih ih Sh Vt Sh, lh +h ih S/?: Vk SFr ih Nl:. Sh N tiJF Rfl 4J} SJ,. {h i/ti.. SM1 Vf SI Sh ttt 4} Sh N 4fi+ Yfph iR 'tfx Vr +!r 4M1 O O pT O N Q 14 t+# R H a g N N W •d •O 'O: <4 O q q C O q 0 G 4 0 P d 0 Sn Ut O O O 9 0 P O Q C 9' O O G O: O ['3 O C'?. 54 q 43 CT Ct CJ G• G G C C Q CII O O. A e SFJ b W 4p 4 V PWkt w D1 Ui � VI 4Q P] �fi 1s: F1 N F.+ ta t-� N i+ ftk AF �T S'I 91 � :� +) N Sft 1�T K]t iT Nx h. N .^f. 0 4 0 P O� Q W wa. 4 PPN IIPs UAW} A V Q N Q Q O Uwe. 4 0 4Vn O: Cdt O tOT Cdt 4 4 a SOi+. O C43 4 9 � O Q Q 4 9 CQ9 4 � N N W qui .f> -------- S+T -------- Sn ilt SR 1J> tli:. i!t NR *!t N*:. •n SYt ih 'N: SJi iR fh N: SJ+ tii V1 U} .:U4 iR SJF St V? Sh SA iJ? U4 'UT M L.t" '? 'O C •IJ {S 4 4 CT Q AF O g 4 O 4 O N O O NN � P Sit to N cp cQ N N W g N V N W O w C p O 4 N O NP ttF W Cx 4: 9 4 O 0 0. 4`I O d to d p: Si O P 9 d N : O Q Q. O; .. Q 0 0 Q O 4 O O O COJ COT COR t+0i .Os: t/*11s 4F!----- ih---------in—iN its:----Slt----N-SJt:.----------- ----------<J%Y!kvr P Sn w O w StF W tR W k+ � tx '+F tFi W w W tP .P N P kp a N a+ f+ w m Ui P SWA*QO M c Q � y1Ft O:T. I:®41Ni till 6Q fl 4 4:Jig- 4p Q �q .1- t A Q Q p Q O O o 6 w COT ------------------------------------------------ SJY-- N --- N 1n N A V --In V A to N N to- to m P to — C � w V 0 0 A Op p 0 N '•+ N o R+ p0 o W W� N �-+ µ 4 0 N O O N A Q O O O +• O O � N W 0 0 W to 0 O tD O 0 V V 0 0 W Q .O d 4� O Q N '� A N -Gl 0 0 0 0 pR O O4 0 O q Od 6' 0 .... 4 0 0 0 g O 0 0 0 0 0 O O O 6 O p R O ..... O q 0 0 0 0 o -^ w in +n v. v* H v* SJ: ---yr v. iJ. v, v. u. v, +J, v, — in in in y. in ir. in an u, irn v+ in iJt va v+ v+ vs sn cn iJ. <rr w in .n vs vs iJ. ,n 3 O O O A 'Vf Oi P Q1 to O W M1i. A W N tJ• qt A O tiff � Q O 6 O O O V O. O O Q O d 4 Q Op O g Q d 9 q 40 d N O O W O O O p O P 4 91 4Ni� O to N N IO Ot O a 4 A P O OT OI p O O A op O 4 O P O O O O O OO R q qq O O O p 0 0 O O —NSJR----SJf------------------------------------- c A 4P �d An O N N A A F+ m to m A Fla V w W P V.. to O O O to O P O P N N tR 6+ N N ip 4h P 4 PO Qx W P O t1+ P p Q tQit V Q S,� N g 4 P q' P P O P �O� fA V N N. 51 Q 4 O Q O O..O Q p Q q p O D 4 0 P 4 0 O 0 O 4 O 4 0 p 0 4 0 O N n -• p 4 g q O O O O 21 9 fa 4 p O fJ O C> t? l3 O c4 G+ in VR to SJRSJT--- lJe iir 4ls 5rt ---Sn SA---SJ*---SJt-Sn---N---to--Nt vt ---41------ R n y o OVt w N� N QS w Q A S-+ 91 i+ P Vcet W O N N O 1> N H A A t+ A V+ N H �t�n A W N V W W yV 41 ,,pm w tJr+ P Npyy j p d} i+ N iD W V+ tp LFI ioT p qq O 4 Q P :41 mA tp W O ar 4 W 0 0 0 4 W O pp O Q 0 4. 4 Q 0 P 0 0 9 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 Contracto ME AGREENT made as of the vG a ) day of in the year 2013 BETWEEN the Owner: City of Round Rock, Texas (hereafter "Owner" or "City") 221 East Main Street Round Rock, Texas 78664 and the Contractor ? * tt) (t-tX4-4— A '(r CContractof) The Project is described as: Chisholm Trail Road Phase 3 Improvements The Engineer is: CP&Y, Inc Paul Schrader, P.E. 10415 Morado Circle, Suite 200 Austin, TX 78759 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCLTMENTS 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 filly 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 8. ARTICLE 2 THE WORK OF THIS CO'N'TRACT Contractor shall filly 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 7-2010 Page I of 5 standard Form of Agreement 00196575 ARTICLE 3 DATE OF COMMENCEMENT; DATE OF SUBSTANTIAL COMPLETION; DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 33 Contractor shall commence Work within '`' ten ( 10 ) calendar days from the date delineated in the Notice'to *bceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than one hundred eighty( 80 ) 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 eighty 1( 80 ) 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 Hum - Fifty Dollars and No/100 Dollars (S 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 one hundred eighty 1� ) 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 fiords fc}r s ce o the 6�ccc± Cojoract. Theontract sum shall be it Sax (S , `)!S�Ud z-nd ), subject to additions and deductions as provided in the Contract Documents. 61R GK 14rj G d Zt rt j __ upon wing 4.2 The Contract Sum is based the folio 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. 5.13 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. 7.13 The Supplementary. Special, and other Conditions of the Contract are those contained in the Project Manual dated December 2012 7.1.4 The Specifications are those contained in the Project Manual dated December 2012 7.1.5 The Drawings, if any. are those contained in the Project Manual dated December 2012 7.1.6 The Insurance & Construction Bond Forms of the Contract are those contained in the Project Manual dated December 2012 7.1.7 The Notice to Bidders, Instructions to Bidders, Bid Form. and Addenda, if any, are those contained in the Project Manual dated December 2012 7.1.8 If this Agreement covers construction involving federal fiords, 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 odified7.1.9 Other documents. if any, forming part of the Contract Documents are as follows: ARTICLE 8 MLSCEIJUNE.OUS 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: Bill Stablein, Proiect Manager City of Round Rock 2008 Enterprise Drive Round Rock, TX 78664 83 Contractor's representative is: 7;4 0#1 Q 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 fiords 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 fiords 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 he 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 faithfiil 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 C 'ND R TEXAS Printed Name: Title 0 Date Signed: ' �l ATTEST: City kwetm — C4 �FOR41,,APPROVE AS TO FORM: J City Allmey C .NTRACTOR ,f � [ X71 1C /11� (&X M U4, Aft'` Printed Name:: �/ •, / CCh & Title: Date Signed: Page 5 of 5 **** Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company PERFORMANCE BOND THE STATE OF TEXAS Bond No. PRF9006395 § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON That Cash Construction Company, Inc. of the City of Pflugerville County of Travis , and State of Texas , as Principal, and 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 Three Million Three Hundred Fifty Four Thousand One Hundred One Dollars (S 3,354,101.00 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a pertain written Agreement with the Owner dated the q'42-- day of ) 2013 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 Chisholm Trail Road Phase 3 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 saine extent as if it were copied at length herein_ Page 1 00610 7-2009 Performance Bond 04090656 PLRFORMANCE 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 15th day of February , ?013 _ Fidelity and Deposit Company of Maryland, Cash Construction Company, Inc. Colonial American Casualty and Surety Company Principal Surety 1,. e A "J , a David S. Ballew Printed Name Printed Name By: By: Title: Title: Attorney -In -Fact Address: P.O. Box 1279 Address: 1400 American Lane, Tower I, 18th Floor Pflugerville, Texas 78691 Schaumburg, IL 60196-1056 Resident Agent of Surety: SiUnature Ballew Insurance Agency, Inc., David S. Ballew Printed Name 8140 N. Mopac Expy, Bldg. 1, Suite 100 Street Address Austin, Texas 78759 City, State & Zip Code Page 2 00610 7-2009 Performance Bund {)O(M656 PAYMENT BOND ***Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company Bond No. PRF9006395 THE STATE OF TEXAS § & KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON That Cash Construction Company, Inc., of the City of Pflugerville County of Travis , and State of Texas as Principal, and * * * * 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, (0)ATIER), and all subcontractors, workers, laborers, rnechanies and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Three Million Three Hundred Ffity Four Thousand One Hundred One and 00/100's Dollars ($ 3,354,101.00 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into certai written Agreement with the Owner, dated the '.- day of 2013 , to which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Chisholm Trail Road Phase 3 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 paymeat Bond 00090656 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 clhange, 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 15th day of February ,703 _ Cash Construction Company, Inc. Pi�lc ip 1�iCJGelu u.f 4W Printed Name BV: _ kZCV-:4--v Title: .Address: P.O. Box 1279 Pflugerville, Texas 78691 Resident Agent of Surety,: Signature Ballew Insurance Agency, Inc., David S. Ballew Printed Name 8140 N. Mopac Expy, Bldg. 1, Suite 100 Street Address Austin, Texas 78759 Fidelity and Deposit Company of Maryland Colonial American Casualty and Surgty Company Surety David S. Ballew Printed Name By: . Title: Attorney -In -Fact Address: 1400 American Lane, Tower I, 18th Floor Schaumburg, IL 60196-1056 Page 2 00620 7-7009 Payment Bond 00090856 CERTIFICATE OF LIABILITY INSURANCE Instruction Sheet 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. COMPANIES AFFORDING COVERAGE — TDI number required. The TDI number can be obtained from the Texas Dept of Insurance Website: htW://www.t(ii.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 Conmany does not have to be `licensed in Texas", but they do have to be "elieible for a Texas license." Please verify with the Texas Dept of Insurance Website: http:/twww.tdi.state.tx.us/. — Company Lookup b. Policy has to be written by licensed surplus lines Azent. Also verify with the Texas Dept of Insurance Website: http://www.tdi.state.tx.usi - 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. CERTIFICATE OF LIABILITY INSURANCE PRODUCER: Phone E -mail - INSURED: Phone- E -mai - Date: TDI number mired. Please refer to the Texas Dept of Insurance website: httD.//www.tdi.state.tx.us/ I I COMPANIES AFFORDING COVERAGE I TDI I B C 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 provision of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF POLICY EFFECTIVE EXPIRATION LIMITS LTR INSURANCE NUMBER DATE DATE GENERAL LIABILITY GENERAL AGGREGATE $ PRODUCTS-COMP/OP AGG- $ PERSONAL & ADV- INJURY $ EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MED. EXPENSE (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ EACH OCCURRENCE $ EXCESS LIABILITY AGGREGATE $ WORKERS' COMPENSATION STATUTORY LIMITS $ AND EMPLOYERS' LIABILITY EACH ACCIDENT $ DISEASE - POLICY LIMIT $ DISEASE - EACH EMPLOYEE $ PROFESSIONAL LIABILITY BUILDERS' RISK INSURANCE OR INSTALLATION INSURANCE DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/SPECIAL ITEMSIEXCEPTIONS The City of Round Rock is named as additional insured with respect toall 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 mail 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 SIGNATURE OF AGENT LICENSED IN STATE OF TEXAS Typed Name: License ID: Page 1 Certificate of Liability invxanrn 00650 10-2010 00205796 41 14CASHCON PROPERTY INFORMATION LOCATION/DESCRIPTION Chisholm Trail Road at Wolle Lane Round Rock, TX 78664 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 EVIDENCE OF PROPERTY INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I�/�c I�I�f1�\CATIA\I COVERAGE/PERILS/FORMS AMOUNT OF INSURANCE DEDUCTIBLE (MM/DD ACORD- EVIDENCE OF PROPERTY INSURANCE9ATE $2,500 1 02/19/2013 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE ADDITIONAL INTEREST. AGENCYPHONE 512 453-0031 COMPANY AIC No Ext Hanover Insurance Company Wortham Insurance & Risk Mgt 221 West 6th St #1400 440 Lincoln St Austin, TX 78701 Worcester, MA 01653 FAX MAL AIC No :5124530041 pDDRIESS: Janet.evans@worthaminsurance.com CODE: SUB CODE: AGENCY $1670 CUSTOMER ID #: INSURED Cash Construction Company, Inc. LOAN NUMBER POLICY NUMBER P. O. Box 1279 APP916762 EFFECTIVE DATE EXPIRATION DATE CONTINUED UNTIL Pflugerville, TX 78691 03/01/13 09/01/13 TERMINATED IF CHECKED THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATION/DESCRIPTION Chisholm Trail Road at Wolle Lane Round Rock, TX 78664 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 EVIDENCE OF PROPERTY INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I�/�c I�I�f1�\CATIA\I COVERAGE/PERILS/FORMS AMOUNT OF INSURANCE DEDUCTIBLE Installation Floater - Job Costs $3,354,101 $2,500 KCMAKINJ ****** Description of Operations "' Project: Chisholm Trail Phase 3; The project includes construction of grading, base, curb and gutter, storm sewer with water quality (See Attached Remarks) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Anr11TInM A I 1KITCRFCT NAME AND ADDRESS Ci of Round Rock ry 221 East Main Street Round Rock, TX 78664 MORTGAGEE LOSS PAYEE ADDITIONALINSURED X LOAN # AUTHORIZED REPRESENTATIVE • ACORD 27 (2009/12) 1 of 2 S34690 ©1993-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 14JRE REMARKS (Continued from page 1.) controls, asphalt pavement, illumination, signing and pavement markings. $3,354,101; Anticipated start date is 311113 approximately 6 months. SAGITTA 27.4 (12/09)2 of 2 S34690 14JRE Client#: 81670 14CASHCON ACORDTW CERTIFICATE OF LIABILITY INSURANCE FDATE(MMIDD/YYYY) DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, 2/1912013 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Wortham Insurance & Risk Mgt 221 West 6th St #1400 Austin, TX 78701 CONTACT Janet R. Evans PHONE AIC No, Ext : 512 453-0031 p o): 512 453-0041 E-MAIL ortham-austin.com ADDRESS: jevans@wortham-austin.com INSURERS) AFFORDING COVERAGE NAIC # 512 453-0031 INSURED Cash Construction Company, Inc. INSURERA: Amerisure Insurance Company 19488 INSURER B: Amerisure Mutual Insurance Comp 23396 INSURER C: PO Box 1279 INSURER D: Pflugerville, TX 78691 INSURER E: DAMAGE TO RENTED INSURER F: COVERAGF9 rMMTJMr wrr. -- --- ---'"""--"' KtVIJIUN NUMKtK: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. iWLTR TYPE OF INSURANCE DDL SUBRMPOULIICDY EFF ISULICOY EXP LIMITS WVD POLICY NUMBER A GENERALUABILnY CPP2068485 /01/2012 04/01/2013 EACHOCCURRENCE S1.000-000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED CLAIMS -MADE � OCCUR PREMISES Ea occurrenceS300OOO MED EXP (Any one person) $1 000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEMLAGGREGATE LIMIT APPLIES PER: POLICY X PRCOT- PRODUCTS -COMP/OPAGG $2,000,000 LOC $ B AUTOMOBILE LIABILITY CA2068484 4/01 /2012 04/01/201 COMBINED SINGLE LIMIT Ea AUTO accident $1,000,000 OWNED SCHEDULED BODILY INJURY (Per person) $ OS AUTOS BODILY INJURY (Per accident) $ JAA D AUTOS X AUTOSNON-OEDPROPERTY DAMAGEAUTOS Per accident $ $01/2012 RELALIAB )( OCCUR CU2O68466 04/011201 EACH OCCURRENCE $10000000 ESS LIAR CLAIMS -MADE AGGREGATE $1O OOO OOO DED RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WC2O68486 /01 /2012 WC STATU- OTH- $ 04/01 /201 X Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? a N ! A E.L. EACH ACCIDENT $1,000,000 (Mandatory in NH) ff yes, describe under E.L. DISEASE - EA EMPLOYEE $1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project:Chisholm Trail Road Phase 3 Improvements; Forms and Endorsements Schedule: Workers Compensation: (See Attached Descriptions) CFRTIFICATC uAl neo City of Round Rock 221 E. Main St Round Rock, TX 78664 ACORD 25 (2010/05) 1 of 2 #S356764/M297890 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE w I Vt%t$-ZULU ACUKO CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 14JRE DESCRIPTIONS (Continued from Page 1) 1 Texas Wavier of our Right to Recover From Others WC420304A General Liability: Texas Contactor's Blanket Additional Insured #CG7085 0510 Texas Contractor's General Liability Extension #CG7063 1109 Automobile: Designated Insured - Primary Coverage #CA7165 1007 Texas Advantage Commercial Automobile Broad Form #CA7118 1198 v�v.n--k -1 L VIL #S356764/M297890