Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-13-02-28-I8 - 2/28/2013
RESOLUTION NO. R -13-02-28-I8 WHEREAS, the City of Round Rock has duly advertised for bids for the 2012 Street Maintenance Program (Arterial Resurfacing) Project, and WHEREAS, Cutler Repaving, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Cutler Repaving, 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 Cutler Repaving, Inc. for the 2012 Street Maintenance Program (Arterial Resurfacing) 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 28th day of February, 2013. / rl ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: - a",� -66fik SARA L. WHITE, City Clerk 0: \wdox\SCC1nts\0112\ 1304\MUNICIPAL\00268591. DOC/rmc City of Round Rock �RWND ROCK TEXAS wnraE x�an wosrmitt Agenda Item Summary Agenda Number: 18. Title: Consider a resolution authorizing the Mayor to execute a contract with Cutler Repaving, Inc. for the 2012 Street Maintenance Program (Arterial Resurfacing) Project. Type: Resolution Governing Body: City Council Agenda Date: 2/28/2013 Dept Director: Gary Hudder, Transportation Director Cost: $2,307,065.00 Indexes: RR Transportation and Economic Development Corporation (Type B) Attachments: Resolution, Bid Tab, 2012 Arterial Resurfacing Map Text of Legislative File 13-017 2012 Street Maintenance Program (Arterial Resurfacing) includes approximately 250,000 square yards of asphaltic concrete roadway resurfacing on several major arterials in the City of Round Rock, as depicted on the included map. The bid opening was held on Tuesday, January 29, 2013, at 2:00 p.m. Bidders had the options of submitting a base bid, which called for in-place pavement recycling, an alternate bid, substituting in-place recycling for all virgin asphalt, or a combination of both a base bid and an alternate bid. Three sealed bids were received. Cutler Repaving, Inc. submitted a base bid of $2,307,065. Ramming Paving Company Ltd. submitted an alternate bid of $2,565,875. APAC-Wheeler submitted an alternate bid of $3,265,080.25. The apparent low bidder is Cutler Repaving, Inc. Staff recommends approval of the bid submitted by Cutler Repaving, Inc. City of Round Rock Page 1 Printed on 2/2212013 d a a a �00 Jb".AvOZaa 1p n, D PO y w -CD< CD 0 o o~Y n C1 tD 1`° �o� 4 x Aooo �y, 9. ' Of` r y a �`' 0.0.N 0 �D b CD C nCD fD eD CD m t-4 CD 0 CD N b N � (CD O nCIA O ET CD z z A A n eD ►� a. y CD z b ara avo aa�c C �aaoaa��cR c ,� W O NO� 00 W VNi tli t IO b r'�+• yy.�...�� O O 00 O O "00 OO V' Oo O 0 0 0 ■G 'r V O O O O O 0 0 0 0 0 y 69 is O w w 0 0 0 N N 00 JOQ CL V9 ��pp y6y96q 61 w vs as y699 69 y v� N O rP N? rP - A N) O p W C', cNn O 69 6q 64% S 0 c`Q o 0 0 8 0 0 8 y `P 00000000000 w 8 S S 8 81818 8 H—0000i.18 0 0 -s '' 1 4 Ti% Y,. � y � $ .* 3 � �` $ � . � 5°� � .a � nl 1' �• ,�-Z3v A T �3 x .. O C �y1 6mtA =F C C 000 P v 001% 69 ' o ,,00o lllv db Q og oo"o o 3 0 O A N N N W 69 V% N 69 ►-+ ii < 69 69 to 69 -+ to A W O� �• r•• 0% O O A �o 00 0 0 0 Lh O 0 o bA bs 69 69 69 64969 69 69 46e 69 y O o $ !-A0 0 0 0 0 0 00000000000 0 0 0$ 0 0 0 0 0 00000o00oC> m 0 0 0 0 0 0 0 o O0o0o000000 H a z m y/l`SipFp� aad�NO`�dt'I`c 9��1N0 �MU�q SVM � C, R � SM n � �o�" m rn o n a m o s � �N ; v 2 C �3y�ada ERVI NA ON to N ZO z D1<0 m 03 0m mm NL 1-A0 < a 1 SAVW S � O O p CU ING PAR DR 'SLE 11X3 op 5 £ N� S �c m 3DIna3S cD d�1ON �� S ny �� n O o� 3°�nN3s aOZ-N0 �o L o °ay 0 on 9NM'� N1(\Os N� S. 1 ° 7 �°NSG °o °NSM a No tis No n �pF T,aO w ^�� ✓ 2 a rn oh,F<t �k t, 'qlR TSN N �3N Sgp��pR9 pR �°N TOY < pN �O Y Ok o s c -a0 ate? Yc � GZp/ o �o O 0 a Z m SAGE LO p LU E GRA O SUND Op PL ��* Cyd CHINO Vn, _ A a 111 b3MOl LO &VM S32lONV 181 31-10W O� 22 LO D M XIN3 d a0�7 ID 0 X 0 lS3t103 3) MEIS7ER P O 0 2!d 14tl801a03 NI N31SIW4 N Id 3A2! S321d N 3UO U3 G r O O ch 2 D 0 O a /9 0 m TA O/ v my z !Op z RC 2 0 X z v r 8o 3JORi ONillpa Z r AO VI VI as Nsn2I d 32l303A139 dO IONVIdd 3 O(` O aa M31A1S3M O sy i 2!0 30012! 3SIGVMVd = 2 m Z �o c 0 ✓ tiN�NNF<<aR MESA 0 c idd �0 v l <,y n NI V1SIAtlN3n8 yone y I2l1 VWONO VIA IIS Zi o 1S3M03 3 d o S D Ial 00*8 O, c a 111 b3MOl LO &VM S32lONV 0 X 0 lS3t103 3) 0 L m O Z y r O O ch 2 D O TA O/ v 2f01S32103 b3AIb A z RC v r m 1S IIIH A O MESA Nl HSn OollV 2 v yone 43b O, z 2i �9 O`27 � m A 3WIl OOP A o D y m 0 SILVER RL vi O IV8i U3 Is ao z m O v A dVS 0 v c c CISCO VALL DR r OZ � < Z Z SAN CHISOLM v z VALLEY V W DR r z a UD R 3 r" o m v Z m z EY NN VALLE'' DR o z� r m D m m z v MO )133210 ,l3IIVA 1 O D B RO p v r n L CIR a Z m CHI OLM TRAIL RD 3 A W HOPPE TRL EXIT 2 a=iSEHiN m N °p ° N,`S is sAdwSyd° ci OAKMONTDR 1No��d0 � o N N CYPRES BLVD ° PN Z O° S O Z � YC o A vq �(� < N N v N < o °� �< oy �m o� Avm SA d is 1 ° N l N G Z Z< n 9c by v S < m 0s AN0 d00 O� 1ii1`�O = Md P N 0 m c c o � R .o <m �N C 10 p m G m = o AP LLO IR Z m z s N'd`s�do o���oo ►-dMoN�o ��da� 0 D EC yy OD T m z 1`d3H0d m O sm z 2 � 2 � � N M� <OZ << N OMIN 0 N � � OZ O� V z rf CD CCD V 2A a� 04 oz, rf N N CD cn CD c Z O�Fi F ^c 2i R M'yF°R m OA COVRTOF� NCN CD rm RED O K CI RYo N O N<N n a Nt TRFF CT 0 10 M� <OZ << OF AVF OMIN SP G RIN D � � OZ O� y z CN ROLAIS CT 0 2A a� 04 oz, N N 7- yOR A S Z O�Fi F ^c 2i R M'yF°R m OA COVRTOF� NCN rm RED O K CI RYo N yip N<N n a Nt TRFF CT 0 10 y 2 p O lj fid C-3 O yon oti�a D � ins 1� 1 rpW N/TF z O to p D z O A pgRK DR 0��9ON WOODS B�VO p O HO sON��d0 01- GS t� p 0 a s�o�e sG c� Md0 Z� 0 z m �o � o no sao nn N 9� ° m SERVICE m O < p O aOltRibtld HO Oa A 09� r O m o N� Z `z n� 1 C, O <y Z N � O Ls�"��o` O� -6oNo�di O N n � ° L M N �G 0 oil \ap�1do cn0 EXITN N U) � � n O S 1\ ns SER a z m N O N U) rF CD CD T 00. CD CD V/ CV c n n ■ /n O W� in*1 03 x 2 GAJ EN CT v m S OFF IRCLEq r-r mm r Am SUND Op pL OO ANO os 110, NEO v NO CHIVALLEYT L v m cPn F y < p O D G) 7 v vi r Z Z p0 < D D G 1S 3001 AH 7 d .60� 4 1-14 D VE HAVE R O O 1bO:i Y FOF z -vR r bG 1Nv-dE) �cFn m HINMONT DR < �N m p m N NV03d m o r 2 v X N,A If I EAST ROCK CV A3lltl z AtlMb3Gl3 O p m N Nb Hl 13 CRE K RI E L 71 m v v m bG 1332!0 no G) m /(40 "Ida3GI3 R qy D ASMINE PA H 3 Rv � A'9Ty WISTERIA W Nl3OAOf AY n RAY BERGLUND BLVD 'i LOQUAT L c Id 3AH 5:Ina v� -a ld 3bO b3 G n AtlM NISSObO d3A b G Z iMVN SERVICE 331ANgS D IRI H MOSS T C p LAKY SAGE L P g A Z 55 r Am SUND Op pL O r NO CHIVALLEYT L v bG 1HOISN vi z 1b13HOtl D D M XIN3 7 d .60� 4 1-14 O O 1bO:i Y FOF r bG 1Nv-dE) Id 3AH 5:Ina v� -a ld 3bO b3 G n AtlM NISSObO d3A b G Z iMVN SERVICE 331ANgS EXECUTED ORIGINAL DOCUMENTS FOLLOW ! City of Round Rock, Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between tt,A� Owner and Contractor AGREEMENT made as of the yl (A d y of in the year 20 L3. BETWEEN the Owner: City of Round Rock, Texas (hereafter "Owner" or "City") 221 East Main Street Round Rock, Texas 78664 and the Contractor Cutler Repaving, Inc. ("Contractor") 921 East 27th Street Lawrence, Kansas 66046 The Project is described as: 2012 Street Maintenance Program (Arterial Resurfacing) The Engineer is: City of Round Rock 221 East Main Street Round Rock, Texas 78664 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged, Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 8-2012 Page 1 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. 3.3 Contractor shall commence Work within seven ( 7 ) 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 twenty ( 120 ) 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 ($ 500.00 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work (or any portion thereof) on or before the date(s) specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas, provision of alternative storage facilities and rescheduling of moving and occupancy dates, is one that is incapable or very difficult of accurate estimation. It is hereby agreed that if Substantial Completion of the Work (or any portion thereof) is not achieved on or before thirty (30) days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The 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 thirty ( 130 ) calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract. The Contract Sum shall be Two million three hundred seven thousand sixty-five and no/100 dollars (a 2,307,065.00 ), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates which are described in the Contract Documents and are hereby accepted by Owner: N/A Page 2 of 5 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor, and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender, Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the City of Round Rock General Conditions, and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth (10th) day of a month, Owner shall make payment to Contractor not later than the tenth (10th) day of the next month. 1f an Application for Payment is received by Engineer and Owner after the application date fixed above, payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require. This schedule, unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty (30) days after all Work on the Contract has been fully performed. Defects in the Work discovered prior to final payment shall be treated as non -conforming Work and shall be corrected by Contractor prior to final payment, and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. Page 3 of 5 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor, as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary, Special, and other Conditions of the Contract are those contained in the Project Manual dated January 2013 7.1.4 The Specifications are those contained in the Project Manual dated January 2013 7.1.5 The Drawings, if any, are those contained in the Project Manual dated January 2013 7.1.6 The Insurance & Construction Bond Forms of the Contract are those contained in the Project Manual dated January 2013 7.1.7 The Notice to Bidders, Instructions to Bidders, Bid Form, and Addenda, if any, are those contained in the Project Manual dated January 2013 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000," Federally Required Contract Clauses, as modified. 7.1.9 Other documents, if any, forming part of the Contract Documents are as follows: ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Mr. Todd Keltgen, Operations and Maint Mgr. City of Round Rock 2008 Enterprise Dr. Round Rock TX 78664 _(512) 218-5583 (office) (512) 218-5563 (fax) 8.3 Contractor's representative is: Mr. Charles R. Veskerna Cutler Repaving Inc. 921 E. 27th St. Lawrence, KS 66046 (785) 843-1524 (office) (785) 843-3942 (fax) 8.4 Neither Owner's nor Contractor's representative shall be changed without ten (10) days' written notice to the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. Page 4 of 5 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor, subject to proper additions and deductions, all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner, both parties hereto expressly agree and assert that, in the event of any dispute over its meaning or application, this Agreement shall be interpreted reasonably and fairly, and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least three (3) original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the Contract, and the remainder to Owner. OWNER CONTRACTOR ✓ Date Signed: � �� V 3 ATTEST: Gym,/ NOPRt City Clerk 4AFOR, APP OVE TO FORM: ey Page 5 of 5 CuMer Repaving, Inc. Printed Name: Char)@s R. Veskema Title: .President Date Signed: 0 PERFORMANCE BOND THE STATE OF TEXAS § COUNTY OF WILLIAMSON § Bond No. 37BCSGH0140 KNOW ALL BY THESE PRESENTS: That Cutler Repaving, Inc. of the City of Lawrence Douglas County of and State of Kansas , as Principal, and Hartford Fire Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of Two Million Three Hundred Seven Thousand Sixty -Five Dollars & 00mlars ($ 2,307,065.00 or the payment whereof,, well and truly to be made the said Principal and Surety bind t seemh Ives, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into certain written Agreement with the Owner dated the Is_ day of , 20_16to 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: 2012 Street Maintenance Program (Arterial Resurfacing) ame of the Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perforin 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. 00610 7-2cx,-v (KW0656 Page I Performance Rona 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 day of 20 Cutler Repaving, Inc. Principal Charles R. Veskema Printed Name By: Title: President Address: 921 E 27th St Hartford Fire Insurance Company Sur Printed Name By. Robert B. Fiss Title: Attorney -in -Fact Address: 5225 W. 75th St., Ste. 200 Lawrence, KS 660464917 Shawnee Mission, KS 66208 Resident Agent of Surety: Signature Conya C. Harris Printed Name 8609 Hidden Meadow Drive Street Address Fort Worth, TX 76179 City, State & Zip Code Page 2 WK 7.209 PerfiMarncc Bond OGC�9G65(, Bond No. 378CSGH0140 PAI'MENT BOND THE STATE OF TEXAS § COUNTY OF u'ILLIAN(SON KNOW ALL N4EN BY THESE PRESENTS: That Cutler Repaving, Inc. of the Cit} of Lawrence Douglas ,and State of Kansasncipal, County of authorized under nd the laws of the State Texas to act as Surety on Bonds for Princ palsd, alre re Insurance Company of and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Two Million Three Hundred Seven Thousand Sixty -Five Dollars & 00/100 ($ 2,30706500 Dollars ,. l 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 enteredint certai written Agreement with the Owner, dated the — day of 203, 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 2012 Street Maintenance Program Arterial Resurfacin (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 225;, 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. 00620 7-2009 Page I 00IM656 Payment Hand PAYN4ENT 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 day of 20 Cutler Repaving, Inc, Principal Charles R. Veskema Printed Name By: it c"r.L.rfaiLt�4� Title: President Address: 921 E 27th St Lawrence, KS 66046-4917 Resident Agent of Surety: L��� .. /&Ad, Signature ' Conya C. Harris Printed Name 8609 Hidden Meadow Drive Street Address Fort Worth, TX 76179 Hartford Fire Insurance Company Sure Printed Name Bv: Robert B. Fiss Title: Attorney -in -Fact Address: 5225 W. 75th St., Ste. 200 Shawnee Mission, KS 66208 Page 2 (41 6 �07-2009 Payment Bond �ACORp' `.. CERTIFICATE OF LIABILITY INSURANCE CP ID: s, DATE (MM/DDryyyy TRIC CCo*rie1rwTr . ) r -1 v- 10 IaautU AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.13 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 tho .•e..r:r.,. - the Policy(ies) the terms and conditions of the policy, certain policies may require ran a dorsementnA stateme tust be ronthis certificate not1eonfeErightsb'e certificate holder in lieu of such endorsements .1 ct to PRODUCER to the Johnston Fiss Insurance Phone: 913-396-0IEMLLL�i Jones1225 West 75th Street, #200 Fax: 913-396-0>hawnee Mission, KS 6620896-0812ac ton Johnson nes johnstonfiss.com CUSTOMER ID #: CUTLE-2 Cutler Repaving, Inc. INSURERS AFFORDING COVERAGE Attn: Bob Veskerna INSURER A: Wausau Underwriters NAIL# 26042 921 E. 27th Street INSURER B: Libeq Insurance Corporation Lawrence, KS 66046 INSURER C: Cincinnati Insurance Co. 42404 INSURER D: Wausau Business Ins Co 10677 INSURER E: 26069 OVERAGES nvSUKER F CERTIFICATE NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUREDS NAMED ABOVEB OR. THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. R TYPE OF INSURANCE A D U POLICY EFF POLICY EXP GENERAL LIABILITY POLICY NUMBER MM/DD/YYYY MM/DD/YYYY) I 1 I I I I I LIMITS n COMMERCIAL GENERAL LIABILITY X YVK-Z91-457438-031 jCLAIMS -MADE FXV, OCCUR X Blkt Addsd X Waiver of s'I Inubro GEN'L AGGREGATE LIMIT APPLIES PER: POLICYNI pR0- LOC AUTOMOBILE LIABILITY X X ANY AUTO ASJ-Z91-457438-021 ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS UMBRELLA LIAB X OCCUR EXCESS LIAB CLAIMS -MADE DEDUCTIBLE CCC1152728 ^ I RETENTION $ 0 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N X WC7-Z91-457438-011 (MandatoryEn NH) MBER EXCLUDED? M N / A K yes, describe under 08/01112 1 08/01/13 08/01/12 1 08/01/13 EACH OCCURRENCE rnLMIJL5 Ea occurrence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE g PRODUCTS-COMP/OPAGG $ Emp Ben. 7$ COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ EACH OCCURRENCEe$108/01/12 08/01/13 AGGREGATE 11X WR STATTS08/01/12 08/01/13 E. L. EACH ACCIDENTE.L. DISEASE - EA EME.L. DISEASE - POLIC IDN OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) 12 Street Maintenance Program (Arterial Resurfacing) ty of Round Rock Texas is additional insured as respects the General i p Waiver of subrogation granted to the additional insured as d by law. See attached forms Additional Insured 6 Waiver of ation- LG 3180; WC0003 and cancellation provision LIM 9901 �r 1 1 1 CITYR01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Round Rock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221 E. Main Street Round Rock, TX 78664 AUTHORIZED REPRESENTATIVE 25 (2009/09 ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ArnRn