Loading...
R-11-10-06-11E1 - 10/6/2011RESOLUTION NO. R -11-10-06-11E1 WHEREAS, the City of Round Rock has duly advertised for bids for the Rabb Park Restroom Building Project, and WHEREAS, Fazzone Construction, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Fazzone Construction, 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 Fazzone Construction, Inc. for the Rabb Park Restroom Building 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 6th day of October, 2011. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: f% . RbEtet- SARA L. WHITE, City Secretary O:\wdox\SCClnts\0112\ 1104\MUNICIPAL\00233753.DOC/rmc City Council Agenda Summary Sheet Agenda Item No. 11E1. Consider a resolution authorizing the Mayor to execute a contract with Fazzone Agenda Caption: Construction, Inc. for the Rabb Park Restroom Building Project. Meeting Date: October 6, 2011 Department: Parks and Recreation Staff Person making presentation: Rick Atkins Director of Parks and Recreation Item Summary: The Rabb Park Restroom Building Project will include the construction of a three (3) accessible family restroom building to be located in Rabb Park adjacent to the Play for All Abilities Park. The building will also serve as the restroom facilities for the future trailhead component of the Brushy Creek Regional Trail which will be located in Rabb Park. With the anticipated high usage of the Play for All Abilities Park and Brushy Creek Regional Trail, staff believes that a restroom facility in Rabb Park is a needed asset. Staff directed the architect to design a building with three (3) family restrooms based on the input staff gathered during the public input process about how many special needs children/adults require assistance when using restroom facilities. Multiple family restrooms allow multiple children/adults needing assistance to use the facility at one time. The project will be constructed along the same timeline as the Play for All Abilities Park with the expectation that the restroom building will be completed prior to the opening of the Play for All Abilities Park. Cost: Not to exceed $137,300.00 Source of Funds: General Self -Financed Construction Date of Public Hearing (if required): N/A Recommended Action: Approval ITOTAL BASE BID: Conc. Sidewalk 11- Restroom Building Construction per plans 4 tll4 IDATE: 9/21/2011 Rabb Park Restroom Building Project LOCATION : PARD Conference Room 'CONTRACT : THE CITY OF ROUND ROCK PARKS & RECREATION DEPARTMENT BIDS EXTENDED AND CHECKED 301 West Bagdad BY : AFD (Ar !T1 in APPRO TY. 69 0000000000000000000000000rn0 bbbbbbbboobb0000000000000iho 0000000000000a00000000000'i0 69 69 69 69 4, 6A 69 69 69 69 69 69 69 69 69 69 6A 69 69 69 69 69 69 6A UNIT PRICE f��Ilci� Xis FAZZONE Bid Bond? Y fA69 /...,. W �l vO VO U00000000 0 0 69 0 69 0 69 0 0 0 0 0 d9 0 69 0 6A 0 000 69 0 69 0 69 0 0000000000000ao 69 0 0 0 69 0 69 0 69 0 69 0 69 0 0 69 0 0 0 69 0 69 0 0 0 0 0 61 N IJ q � sp COST Eyki.XlIlI1) al 69 000000000000000000000005:)oplorArJ bo oo00000000o00000000000000wo 69 69 00000000000000000000000-b 69 6A 69 69 69 69 69 61 69 69 69 69 6A 69 69 6A 6,1 6A 6A to 61 69 69 69 a FNo o C7y S&G Bid Bond? Y 6A - ON6A o-,.- ,D ;1 N 69 oa00000000000000000000000-.-y0 o 69 0 6A 0 69 0 61 0 6A 0 69 0 69 0 Hi 0 69 0 EA 0 61 0 69 0 69 0 69 0 6A 0 6A 0 6A 0 6A 0 6A 0 6A 0 6A 0 6A 0 69 0 69 0 ---1 ,C hl COST laira=011 n4 ril Bid Bond? 64 0 0 0 COST UNIT PRICE Bid Bond? v) 0 0 0 COST EXECUTED DOCUMENTS FOLLOW 1✓ 1 r 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 StVeAevi AGREEMENT made as of the •p� �—(y of 9etebcli 1►ilpGrm the year 201L. BETWEEN the Owner: and the Contractor The Project is described as: City of Round Rock, Texas (hereafter "Owner" or "City") 221 East Main Street Round Rock, Texas 78664 Fazzone Construction Co., Inc. ("Contractor") 1302 West Blanco Road San Antonio, TX 78232 Rabb Park Restroom Building Project, construction of a restroom building containing three (3) family restrooms, minor utility work and site improvements The Engineer is: BWM Group 102 E. Main, Suite 200 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 8. 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 7-2010 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 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 sixty ( 60 ) calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than sixty , ( 60 ) calendar days from issuance by Owner of Notice to Proceed, subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work (or any portion thereof) on or before the date(s) specified for Substantial Completion in the Agreement, Contractor shall pay to Owner, as liquidated damages, the sum of Two Hundred Fifty and No/100 Dollars (S 250.00 ) 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 seventy-five ( 75 ) 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 One Hundred Thirty-seven Thousand Three Hundred and No/100 Dollars ($ 137,300.00 ) 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: 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 Stun to Contractor as provided below, in Article 14 of the City of Round Rock General Conditions, and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth (10th) day of a month, Owner shall make payment to Contractor not later than the tenth (10th) day of the next month. If an Application for Payment is received by Engineer and Owner after the application date fixed above, payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require. This schedule, unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty (30) days after all Work on the Contract has been fully performed. Defects in the Work discovered prior to final payment shall be treated as non -conforming Work and shall be corrected by Contractor prior to final payment, and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. Page 3 of 5 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor, as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary, Special, and other Conditions of the Contract are those contained in the Project Manual dated September 2011 7.1.4 The Specifications are those contained in the Project Manual dated September 2011 7.15 The Drawings, if any, are those contained in the Project Manual dated September 2011 7.1.6 The Insurance & Construction Bond Forms of the Contract are those contained in the Project Manual dated September 2011 7.1.7 The Notice to Bidders, Instructions to Bidders, Bid Form, and Addenda, if any, are those contained in the Project Manual dated September 2011 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000," Federally Required Contract Clauses, as modified. 7.1.9 Other documents, if any, forming part of the Contract Documents are as follows: ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: 8.3 Contractor's representative is: David Buzzell, Park Development Manager 301 W. Bagdad, Suite 250 Round Rock, Texas 78664 512-341-3345 Paul Whetstone Project Manager paul@fazzoneconstruction.com 512-331-4484 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 govemed 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. CIr t)yy ROUND OCK, TEXAS � Printed Name: f%� , MJ Title Date Signed: l 771 t ATTEST: czio-via iqoor City Secretary FO ' , APIRO City Title: President Date Signed: 11(,) g — Page 5 of 5 00600 INSURANCE AND CONSTRUCTION BOND FORMS THE STATE OF TEXAS COUNTY OF WILLIAMSON 105680028 PERFORMANCE BOND § § KNOW ALL BY THESE PRESENTS: That Fazzone Construction Co., Inc. of the City of San Antonio County of Bexar , and State of Texas , as Principal, and orfave erica asualty and Surety 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 One Hundred Thirty -Seven Thousand, Three Hundred & no/100-Dollars ($ 137,300.00 ) 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 certain written Agreement with the Owner dated the .3"41. day of .r/"6114.-+ , 2011 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: Rabb Park Restroom Building Project (Nance 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. 00610 7-2009 00090656 Page 1 Performance Bond PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the tern of the Agreement, or to the Work pert -limed 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 18th day of October , 70 11 Travelers Casualty and Surety Company of America Fazzone Construction Co., Inc. Principal Printed Na By: Title: Address: anco Road Surety Linda K Edwards Printed Name By ASdik11_ Title: torney-in-Fact Address: 9601 McAllister Freeway, Suite 900_ San Antonio, TX 78232 San Antonio, TX 78216 Resident Agent of Surety: Signature Robert C Fricke Printed Name 7600-B N Capital of Texas Highway Suite 200 Street Address Austin, TX 78731 City, State & Zip Code untiui 7-2.00 001190656 Page 2 Performance Bond #105680028 THE STATE OF TEXAS COUNTY OF WILLIAMSON PAYMENT BOND § § § KNOW ALL MEN BY THESE PRESENTS: ThatFazzone Construction Co., Inc. of the City of San Antonio County of Bexar , and State of Texas as Principal, and Travelers Casualty and Surety Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firnily 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 thepenal sum of One Hundred Thirty -Seven Thousand, Three Hundred & no/100 Dollars ($ 137,300.00 ) 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 a certain written Agreement with the Owner, dated the ..i._ day of {,� 20 11 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: Rabb Park Restroom Building Project (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. 00620 7-2009 00090656 Page 2 Payment Bond PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the sane 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 18th day of October , 20 11 Fazzone Construction Co., Inc. Travelers Casualty and Surety Company of America Principal Surety Linda K Edwards dh � vAdle Printed Na ta j r , 1 1.1_ = anco Road By: Title: Address: San Antonio, TX 78232 Resident A ent of Suret • Signature Robert C Fricke Printet ame OAS t tat. orney-in-Fact B Title. Address: 9601 McAllister Freway, Suite 900 San Antonio, TX 78216 Printed Name 7600-B N Capital of Texas Highway, Suite 200 Street Address Austin, TX 78731 City, State & Zip Code 00620 7.'009 00090056 Page 2 Payment Bond 1 AWRbe CERTIFICATE OF LIABILITY INSURANCE DATE (MMI 0/"11""") THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIt CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE; BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ 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 TX - Milton 0. Johnston and Company, Ltd 14610 Falling Creek Dr Houston TX 77068 INSURED Fazzone Construction Company Inc; Fazzone Builders Inc dba Southwest Monument 1302 W. Blanco Rd. San Antonio TX 78232 ACT NAME: lo. E,• FAX INC No): c, haa) NAMED ABOVE FOR THE POUCY PERIOD DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, LIMITS -MAIL ADDRESS: PRODUCER CUSTOMERIDI: - _ INSURERM AFFORDING COVERAGE INSURERA: MSA INSURANCE COMPANY INSURER MSA INSURANCE COMPANY INSURER C: _ INSURER o__ INSURER E : INSURER F : NAIC A COVERAGES CERTIFICATE NUMBER: THIS INDICATED. CERTIFICATE EXCLUSIONS MARADDL IS TO CERTIFY THAT THE POLICIES NOTWITHSTANDING ANY REQUIREMENT, MAY BE ISSUED OR MAY AND CONDITIONS OF SUCH TYPE OF INSURANCE OF PERTAIN, POLICIES NSR INSURANCE 11 •VD W LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY LIMITS SHOWN MAY HAVE BEEN POUCY NUMBER ISSUED TO CONTRACT THE POLICIES REDUCED BY POUCY EFF (MMIDD/YYYYI THE INSURED OR OTHER DESCRIBED PAID CLAIMS. POLICYEXPLTR (MMIDD/YYYY) NAMED ABOVE FOR THE POUCY PERIOD DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, LIMITS A GENERAL X X _GEN'L X1 LIABILITY COMMERCIAL GENERAL _, CLAIMS -MADE '96 ISO Form LABILITY IX I OCCUR1,000 APPLIES PER: I- I LOC MOJ00408 07/26/2011 07/26/2012 EACH OCCURRENCE S 1,000,000 $ 50,000 $ $ 1,000,000 $ 2,000,000 $ 2,000,000 $ DAMAGE TO -RENTED PREMISES1Eaooarrsnoe MED EXP (Any one person) PERSONAL&ADVINJURY GENERAL AGGREGATE AGGREGATE UMIT POLICY I 1 J�EOT PRODUCTS - COMP/OP AGG AUTOMOBILE .._-._ _- .__..._ UABILITY ANY AUTO ALL OVVNED AUTOS SCREDUCED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE UMIT (Es accident) ---- _. - - -_-- - BODILY INJURY (Par person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Peracddent) _ _..---- $ - - $ -... $ $ $ B -.. _ r— UMBRELLA LAB EXCESS UAB OCCUR CLAIMS -MADE MOJ00409 07/26/2011 07/26/2012 EACH OCCURRENCE AGGREGATE S S DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LABILITY Y / N I ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N I A I WC STATU- I0TH- _ : TORYJ JMITS 1 ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ E.L DISEASE - POUCY UMIT $ DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (AMaah ACORD 101, Additional Remarks Sebedule, Refer to attached ACORD 101 - Additional Remarks Schedule form. If Is requled) more wee CERTIFICATE HOLDER City Manager Cityof Round Rock 221 E. Main Street Round Rock TX 78664 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 ACORD 25 (2009/09) ®1988-2009 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD