Loading...
R-12-04-12-11C1 - 4/12/2012 RESOLUTION NO. R-12-04-12-110 WHEREAS, the City of Round Rock has duly advertised for bids for the Greenslopes 2010- 2011 A/C Waterline Replacement Project, Phase III-A Project, and WHEREAS, SKE Construction, LLC has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of SKE Construction, LLC, 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 SKE Construction, LLC for the Greenslopes 2010-2011 A/C Waterline Replacement Project, Phase III-A 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 12th day of April, 2012. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: Ow •d w SARA L. WHITE, City Clerk 0:\wdox\SCC1nts\01 12\1204\MUNICIPAL\00247354.DOC/rmc ROUN7K,TEXAS Ci Council Agenda Summar Sheet PURPOSE.PASSION.PROSPERITY: Agenda Item No. 11C1. Consider a resolution authorizing the Mayor to execute a construction contract with SKE Construction, LLC for the Greenslopes 2010-2011 A/C Waterline Replacement Project, Agenda Caption: Phase III-A. Meeting Date: April 12, 2012 Department: Utilities and Environmental Services Staff Person making presentation: Michael Thane, P.E. Utilities Director Item Summary: Based on the history of Asbestos-Cement (A/C) waterline main breaks occurring within the City, utility staff have identified these areas and developed a program to replace these water mains. In November 2007,the City awarded its first construction contract to replace existing A/C waterlines in these problem areas by means of the Pre- Chlorinated Pipe Bursting method. This method creates the least impact on our customers. This contract is to continue the City's A/C Pipe Replacement Program,which began in 2007,and is the third phase in the Greenslopes area. This third phase includes the replacement of 2,650 feet of eight inch and 7,460 feet of six inch A/C waterlines in the Greenslopes Subdivision. This program will continue annually within the city to replace A/C pipe as necessary. On March 13, 2012, two bids were received and publicly opened and read aloud. The bid amounts ranged from $1,094,333 to $1,139,325. The low bidder was SKE Construction, LLC of Cypress, Texas. The City's utility staff recommends awarding the project to SKE Construction, LLC. Cost: $1,094,333.00 Source of Funds: Self-Financed Water Construction Date of Public Hearing(if required): N/A Recommended Action: Approval 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 .Fer�rteen4h rM 12. IWI�.- 2 12 AGREEMENT made as of the �day ofr m the year 0_. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City') 221 East Main Street Round Rock,Texas 78664 and the Contractor SKE Construction,LLC ("Contractor") 15812 Drifting Rose Drive i Cypress,Texas 77410 ,i The Project is described as: Greenslones 2010-2011 A/C Waterline Replacement Project- Phase III-A i' I The Engineer is: David Freireich, P.E. City of Round Rock 2008 Enterprise 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 Ten1( 0 ) 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 One hundred Fifty ( )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 Fifty1( 50 )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 Eighty 18(0)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 Million Ninety-four Thousand Three Hundred Thirty-Three Dollars ($1,094,333.00 ),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 F i I ARTICLE 5 PAYMENTS i 5.1 PROGRESS PAYMENTS I 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. I 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: I .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 f 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. I i 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 VV`a We\ a o is 7.1.4 The Specifications are those contained in the Project Manual dated VY'\a tr cA,,, a,n 7.1.5 The Drawings,if any,are those contained in the Project Manual dated N/A 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated_)ppp`,c D-. (� 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents,if any,forming part of the Contract Documents are as follows: N/A ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Jeff Bell Project Manager 2008 Enterprise Round Rock,Texas 78664 83 Contractor's representative is: Shelly A Eberhart SKE Construction,LLC PO Box 1111 Cypress Texas 77429 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 a 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 l render this make payments on account thereof as provided theris a commitmen. Lack ofntof Cds ity of Round Rocks current revenues oeement null and nd to ly. the the extent funds are not available. This Agreement 8.7 Although this Agreement is drawn by Owner, both parties hereto expressly agree and assert that, in the lication,this Agreement shall be interpreted reasonably and fairly,and event of any dispute over its meaning or app 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 S C nstruction,LLC CITY OUND R K,TEXAS C Printed Name: y Printed Name: MAYOR Title: Presi ent/CEO Title Date Signed: +12 AZ Date Signed. '� 12Dt2 ATTEST: City Satz;i' *C , PRO ED AS FORM: Page 5 of 5 Bond#NTX3553 PERFORMANCE BOND THE STATE OF TrXAS § § KNOW ALI.BY THESE PRIrST:NTS: COUNTY OF WILLIAMSON § That SKE Construction LLC of the City of Cypress County of Harris , and State o1' Texas , as Principal, and Merchants National Bonding Inc 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 Million Ninety-four Thousand Three Hundred Thirty-Three---Dollars ($ 1,094,333----------) 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: WHERE S,t1lg Principal has entered into a certain written Agreement with the Owner dated the day of '�L ,20LIto 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 Greenslopes 2010-2011 A1C Waterline Replacement Project-Phase III-A (Name ofthe Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that ifthe said Principal shall faithfully perform said Agreement and shall, in all respects, duly and f'aithf'ully 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 deflects 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 oftwelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed,then this obligation shall be void; otherwise to remain in (full force and effect; PROVIDED, HOWEVER.that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if'it were copied at length herein. Page 1 00610 7_2009 Perrunnunce Bond 00#90656 l PERFORMANCE BOND(continued) Surety, I'or value received, stipulates and agrees that no change, extension ol'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 allect its obligation on this bond, and it does hereby waive notice of any such change, extension o1' time, alteration or addition to the terms ol'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 -----------16th------------- day of March , 20 12. SKE Construction LLC Merchants National Bonding Inc Principal Surety F) LA . Lacy L Rawlins AriTnte N e Printed Name Bv: - - Titl T" Title A me Fact Address. 1 Address. 308 W Packwood Ava#1046 �L (� Friendbyvobd.TX T7-546 Resident Agent of Suretyy: Signature Catherine Cook Printed Name Higginbotham Insurance Agency Inc 308 W Parkwood Ave#104B Street Address Friendswood,TX 77546 City,State&Zip Code Page 2 00610 7-2009 Performance bund 00090656 I i Bond#NTX3553 PAYMENT BOND THIS STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That SKE Construction LLC of the City of Cypress County of Harris , and State of Texas as Principal, and Merchants National Bonding I authorized under the laws ofthe State of Texas to act as Surety on Bonds f'or Principals,are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of One Million Ninety-four Thousand Three Hundred Thirty-Three----------------------------- Dollars ($ 1,094,333---------------------) f'or 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: WHEREASth Principal has entered into certain written Agreement with the Owner, dated the 'e-K day of C.— , 201L. to which Agreement is hereby referred to and made a part hereof as bully and to the same extent as if copied at length herein consisting of'. Greenslopes 2010-2011 A/C Waterline Replacement Project-Phase III-A (Name ofthe Project) NOW, THEREFORT , TI-IrCONDITION 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 ellect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions oi'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 2 00630 7-2009 Payment Dund 00090656 PAYMENT BOND (continued) Surety, i'or value received, stipulates and agrees that no change, extension oi'time, alteration or addition to the terms o1' the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise allect 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 ol'the contract,or to the work to be peribrmed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this---16th---day of March , 20 12, SKE Construction LLC Merchants National Bonding Inc Principal ',�•,,,� Surety c�h Lacy L Rawlins Printe a Printed Name By: TitlUL Title: ttor y In Fact Adr,ass:' X 11 Address: 308 W Park-woedA)te4104B h Friendswood,TX 77546 Resident Agent of Surety: Signature Catherine Cook Printed Name Higginbotham Insurance Agency Inc 308 W Parkwood Ave#104B Street Address Friendswood,TX 77546 City,State&7.ip Code Page 2 00620 7-2009 Payment Gond 00090656 w f 1. I ACCO O® CERTIFICATE OF LIABILITY INSURANC46� E DATE(MWDD/YYYY) 2/27/2012 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(les)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 CONTACT NAME: Stacie Clark Essential Insurance,a div. of PHONEFAX Higginbotham&Associates Inc. EMAIL - 6051 A/c No: - - 308 W Parkwood Ave., Ste. 104B ADDRESS: Friendswood TX 77546 INSURER(S) AFFORDING COVERAGE NAIC N INSURER A Allied Property&Casualty Insuranc 42579 INSURED INSURER INSURER B:SerViCe Lloydsr m n y 43389 SKE Construction, LLC INSURER C: PO Box 1111 Cypress TX 77429 INSURER D: INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER:1261691391 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRIPOLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR I WVO I POLICY NUMBER MM/DD/YYYY MMIDDIYYYYl LIMITS GENERAL LIABILITY ACPGLP07233422606 /1/2011 /1/2012 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence) $100,000 CLAIMS-MADE K OCCUR MED EXP(Any one person) $5,000 PERSONAL 8 ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X PRO LOC $ AUTOMOBILE LIABILITY ACPBAPC7233422606 /1/2011 /1/2012 (jIMIINI accident 1,000 000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE AUTOS Per accident $ X Comp/Coll De $ X UMBRELLALUIB X OCCUR ACPCAD7233422606 /1/2011 /1/2012 EACH OCCURRENCE $2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $2,000,000 DED I I RETENTION$ I $ WORKERS COMPENSATION RZB1899110 /18/2011 /18/2012 X WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 O atidat ry In BERN ,EXCLUDED9 N❑ NIA(Mandatory in NH) E.L.DISEASE-EA EMPLOYE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$1,000,000 Equipment Floater ACPCIMP7233422606 /1/2011 /1/2012 Rented/Leased Equip $500,000 Deductible $1,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more apace Is requlmd) E: Greenslopes 2010-2011 A/C Waterline Replacement Project-Phase 111-A General Liability and Automobile Liability policy includes a blanket automatic additional insured endorsement that provides additional red status and General Liability,Automobile Liability and Workers'Compensation policy includes a blanket waiver of subrogation orsement to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires ch status. ERTIFICATE HOLDER CANCELLATION 30 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 2008 Enterprise Dr. Round Rock TX 78664 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. CORD 25(2010/05) The ACORD name and logo are registered marks of ACORD