R-12-05-24-G10 - 5/24/2012 RESOLUTION NO. R-12-05-24-G10
WHEREAS, the City of Round Rock has duly advertised for bids for the Chisholm Trail Road
Reconstruction/Chisholm Parkway Extension 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 Reconstruction / Chisholm
Parkway Extension 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 24th day of May, 2012.
�Y1
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
SARA L. WHITE, City Clerk
0-\wdox\SCC1nts\01 12\1204\MUNICIPAL\00250237.DOC/rmc
IrROUNDROCK,TEXAS City Council Agenda Summary Sheet
PURPOSE.PASSION.PROSPERITY.
Agenda Item No. G10.
Consider a resolution authorizing the Mayor to execute a contract with Cash Construction
Company, Inc. for the Chisholm Trail Road Reconstruction/Chisholm Parkway Extension
Agenda Caption: Project.
Meeting Date: May 24, 2012
Department: Transportation
Staff Person making presentation: Gary Hudder
Transportation Director
Item Summary:
Chisholm Trail Road Reconstruction/Parkway Extension Project will reconstruct Chisholm Trail Road to a five-lane
urban roadway with curb and gutter section and Chisholm Parkway will be extended from its current termini to
Chisholm Trail Road.
Four sealed bids were received at 2:00 p.m. on May 1, 2012: Cash Construction - $7,241,243; Chasco Constructors -
$7,326,805.95; Capital Excavation -$7,612,850.30; and RGM Constructors-$8,290,731.01. The low bidder was Cash
Construction.
Based upon review of the bid tabulation, City staff and RTG Consulting Engineers recommend the City of Round Rock
to accept the bid of Cash Construction Company, Inc. in the amount of$7,612,850.30.
Cost: $7,241,243
Source of Funds: 2002 General Obligation Bonds and Type B Corporation
Date of Public Hearing(if required): N/A
Recommended Action: Approval
E
3
s
d
S
F
k
}
{
1
f
E
E
j
Citv of Round Rock, Texas Contract Forms
Standard Form of Agreement: Section 00500
City of Round Rock, Texas
Standard Form of Agreement between
Owner and Contractor
AGREEMENT made as of the � (P-3 day of
in the year 20/,vL:
BETWEEN the Owner: City of Round Rock,Texas
(hereafter"Owner"or"City")
221 East Main Street
Round Rock,Texas 78664
and the Contractor J
j �C'• ("Contractor")
The Project is described as: Chisholm Trail Road Reconstruction
Chisholm Trail Parkway Extension x
The Engineer is: _Rodriguez Transportation Group
11211 Tavlor Draper Lane,Suite 100
Austro TX 78759 —
For and in consideration of the mutual
accompanying documents between Owner aterms, conditions and covenants of this Agreement and all
ad Contractor, the receipt and sufficiency of which are
acknowledged,Owner and Contractor agree as follows: hereby
ARTICLE I THE CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement, Conditions of the Contract(Gen Su
and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreepment, other ry
documents listed in this Agreement and Modifications issued after execution of this Agreement, these form the
Contract, and are as fiilly 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 to Work described in the Contract Documents, except to to ex e
F specifically indicated in the Contract Documents to be the responsibility of oters. t nt
00500 7-2010
Pagel of S
00196575 standard Fozm of Agreemwt ;
f
s„
i
ARTICLE 3 DATE OF COASUNCEM[ENT;DATE OF S
FINAL COMPLETION UBSTAiNTTA,COMPLETION;DATE O
3.1 The date of co F
below or mmencement of the Work shall be the date of this Agreement provision is made for the dale to be
h faced in a Notice to
date lr' ement unless a different date is stated
3.2 The Contract T' Proceed issued by Owner.
ane shall be measured from the date delineated in the Notice to Proce
3.3 Contractor shall commence Work within
from the date delineated in the Notice to Proceed. lam
ten
3.4 C ) calendar days
Contractor shall achieve Substantial
Agreement no later than Completion of the items of
' and Contractor shall achieve —)calendar days from f work listed on Attachment
five hundred th Substantial Completion of issuance b A o this
adjustments of this Contract Time as the Y of Notice to Proceed,
535 )calendar days from issuance b enter Work no later ttian
Provided in the.Contract Documents. Y Owner of Notice to Proceed, subject to
3.5 If Contractor fails
dates s to achieve Substantial Completion of the Work or 3
() specified for S bstantial Com letio
damages,the sum of P in the Agreement, ContractorYllPortion thereof)on or before the
Noll ate(s) Dollars($ - Pay to Owner, as liquidated
date(s) specified for Substantial Co )for each calendar da
entified hereunder are a r Completion It is hereb Y that Substantial Completion is dela and
reasonable forecast of just co Y agreed that the liquidated delayed after the
failure to achieve Substantial Co 1 compensation for the h images to which O
Substantial Co mpletion of the Work or an harm that would be caused b weer is
mpletion in the Agreement. It is agreed Y portion thereo Y Contractor,s
includes loss of expected use of the Project gz' that the. fl on or before the date(s)specified for
harm that would be caused b j
moving and occu y J areas, provision of alternative storage Y such failure, which
if Substantial Compp c dates,is one that is incapable or very difficult of accurate letion of the Work(or an g facilities and rescheduling of
date(s) specified for Substantial Co Y portion thereof) urate estimation It is hereby agreed that
liquidated damages mpletion in the Agreement,is not achieved on or before g
es as set forth herein or to thereafter rely on itsreme sun shall have Y(30)days after the €
and in equity, including without the option to either collect
Completion of the Work(or ho limitation, the recoveryder the Contract
of actual damages The Documents and at'law
Contract Documents. any thereof)in the Agreement shall be date(s) specified for Substantial
subject to adjustment as provided in the
3.6 Contractor shall achieve Final
545 )calendar Completion of the entire Work no later than
�Ys from issuance b O five hundred fo
Y weer of Notice to Proceed five t
ARTICLE 4 t:
CONTRACT SUM
4.1 Owner shall
Con ct Pay Contractor the Contract Sum in c
ie Co�nc
umshallbe urrent funds for Contractor'sD Performance of the
),subject to additions and deductions as rovrided '
4.2 The Contract Sum is based Upon the following
P in the Contract Doc
and are herebyiP Documents.
accepted by Omer: g alternates which are de
yt scribed in the Contract Documents
s
h
Page 2 of 5
A.RTIC
LES PAYMENTS
5.1 PROGRESS PAVWNTS
5.1.1 Based upon A
Payment issued by �plications for Payment submitted to En
sneer and not disputed b gmeer and owner
by Contractor
Payments on account of the Contract Stun to Contracto�pr and/or
below, ess
in '�d Certificates for
Genera]Conditions, Owner's lender, Owner shall make Pro and elsewhere in the Conti-act Documents. Article 14 of the Ci p gr
5.1.2 ty of Round Rock
' The Priori covered by each Application for Payment shall b
the month a one calendar
month ending on the last day of
5.1.3 Provided that an Application
for Payment is received b
later Payment not later than the tenth(10tht day c i mon y Engineer and Owner and En
than the tenth(loth)day of the next month. t ) A t' Owner shall make Engineer issues a
after the application date fixed above Application for Pa Payment to Contractor not
issues a Certificate for Pa Payment shall be made by for nater thanreceived
by
b ntEngineer
�T rand Owner
Payment.
5.1.4 Each Engineer
Application for Payment shall be based on
Contractor in accordance the most recent schedule of values submitte
With the Contract Documents. The schedule of values shall sum among the various portions of the Work. all allocate the entire Con •by
by such data to substantiate its accuse as The schedule of values shall be tract
Engineer or Owner,s Y Engineer and Owner PTeis ed in such form and supported
hall be used as a basis for reviewingContractor's A require. This schedule
, unless objected to by
5.1.5 Applications for Pa Applications for Payment
end of the period covered by the A shall warrant the Percentage of completion of each portion of the Work as of
Application for Payment. {
5.1.6 Subject to other the a
computed as provided h provisions of the Contract Documents
Article 14 of the City of Round R ' the amount of each progress
5.1.7 °�General Conditions, Payment shall be
Except with Owner's prior written approval,
materials or equipment which have not been delivered and Constored at the site
ctor shall notmake advance payments to suppliers for
5.2 FINAL PAYMENT
5.2.1 Finala
P Yment, constituting the entire unpaid balance of the C
Contractor when: �
outract Suun, shall be
made by Owner to
.1 Contractor has full
Y performed the Contract except for Contractor's r t
Work;and to satisfy otter requirements,if any,which extend beyond Einar esaponsibili
ty to correct
'2 a final Certificate for Pa p yment-and
yment has been issued by En
5.2.2 mi'ner's final a Engineer.
Engineer's final Certificate p yment to Contractor shall be made no later than for Payment. hi no event shall final a thirty (30) days after the
days after all Work on the Contract has been full Payment be re issuance of
shall be treated as non-confo Y Performed.Defects in hued to be made prior to thirty(30)
be treated as nmtug Work and shall be corrected b the Work discovered prior to final a
warranty,items. y Contractor prior to final a P yment
payment
and shall not
ARTICLE 6 TERAUNAUON OR SUSPENSION
6.1 The Contract
'nay be terminated by Owner or Contractor as provided
Rock General Conditions.
in Article 15 of the City of Round
r,
C
Page 3 of 5
6.2 The Work may be suspended by Owner as provided in Article 15 of the Ci of R
Conditions. City Round Rock General
ARTICLE 7 ENUM ERATTON OF CONTRACT DOCUMENTS
7.1 The Contract Documents, except for Modifications issued after execution of this
ernunerated as follows: Agreement, are
7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Fornr
between Owner and Contractor,as modified. of Agreement
7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General al Conditions, as
7.1.3 The Supplementary, Special, and other Conditions of the Contract are those contained in Manual dated April 13 2012 the Project
7.1.4 The Specifications are those contained in the Project Manual dated Atm'1 13 2012
7.1.5 The Drawings,if any,are those contained in the Project Manual dated Aril 13 2012
— D
7.1.6 The Insurance&Construction Bond Foams of the Contract are those contained in the project Manual
dated
7.1.7 The Notice to B/i�d�d�e'r��s,Instructions to Bidders Bid Fo
Project Manual dated '/lp rm,and Addenda,if any,are those contained in the
7.1.8 if this Agreement covers construction involving federal funds, thereby r ,
contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract For .
y equiring inclusion of mandated
03000,"Federally Required Contract Clauses,as modified. ms
7.1.9 Other documents,if any,forming part of the Contract Documents are as follows:
Proposed Cross Sections
ARTICLE 8 MISCEILANF+'OUS PROVISIONS
8.1 Where reference is made in this Agreement to a provision of any document
Provision as amended or supplemented b other provisions of the Contract D the reference refers to that
Y p Documents.
8.2 Owner's representative is:
Bill Stablein Project Mana er
Ci of Round Roc En 'neerina,Services
Tel:512-218-3237 Fax:512-218-5563
bstablein2xound-rocktx us
8.3 Contractor's representative is:
.a
Y1
Y.
8.4 Neither Owner's nor Contractor's representative shall be changed without ten{10)days'written notice to
the other party. E
8.5 Waiver of any breach of this Agreement shall not
constitute waiver of any subsequent breach.
r
:
Page 4 of 5 `
is
k
8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement
accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all asgr o ment in
the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to
Provided in
make payments on account thereof as provided therein. back of funds shall null render this Agreement
the extent fimds are not available. This Agreement is a commitment of City of Round Rock's current revenues and void to
roues only.
8-7 Although this Agreement is drawn b
event of any dispute over its meaning or application.this Agreement shall be interpreted reasonably nably andboth parties hereto expressly agree and assert tfairl m the
neither more strongly for nor against either patty. y, and
8.8 This Agreement shall be enforceable in Round Rock, Texas,and if legal action is necessary
with re by either party
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 ating
out of or rel
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.
f
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.
f
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
Contract,and the remainder to Owner. administration of the
OWNER
CONTRACTOR
CI
ROUND R TEXAS ,
Printed Name:
Printed Name /' Z, ✓�
Title
Title:
Date Signed:
Date Signed: ` C(.,(.L
ATTEST:
c
City C�lpi1/�
FOC TY, ROVE AS TO FORM:
City orney,
r
s
Page 5 of 5
4
r
i
1
***** Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company
PERFORMANCE BOND
THE STATE OF TEXAS § Bond No. PRF9006369
COUNTY OF WILLIAMSON §KNOW ALL BY THESE PRESENTS:
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
Seven Milfion Two Hundred Forty One Thousand Two Hundred
Forty Three and 00/100's Dollars ($ 7,241,243.00I
for F
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, he Principal has entered into a certain written Agreement with the Owner dated the
�-- day of �9.., , 2012 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 Reconstruction/Chisholm Parkway Extension
ame 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 I
covered by said Agreement and occurring within a period of twelve (12)months fi'On7 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 Goveniment code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said Chapter 2253 to the sante extent as if it were copied at
` length herein.
t
E
g
00610 7.2009 Page 1
00090656 Performance Bond
i
r
PERFORMANCE BOND (continued)
Surety, for value received, stipulates grid agrees that no change, extension of time, alteration or
3
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 23rd day of May , 2012
Fidelity and Deposit Company of Maryland
Cash Construction Company, Inc. Colonial American Casuaq and Surety Company
rincipal
Surety
David S. Ballew
Printed Na Printed Name
% S
By: t.
Title: t ) r Title: Attorney-In-Fact
Address: P.O: B x 1279 Address: 1400 American Lane, Tower I, 18th Floor
Pflugerville, Texas 78691 Schaumburg, IL 60196-1056
Resident Agent of Surety:
Sib nahue
Ballew Insurance Agency, Inc., David S. Ballew
Printed Name .
8140 N. Mopac Expy, Bldg. 1, Suite 100 i
' Street Address
Austin, Texas 78759
City, State &Zip Code
i
3_
S;
k-
z y
E
Page 2
00610 7-2009
00090656 Performance Bond
r
Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company
AXMENT BAND
THE STATE OF TEXAS Bond No. PRF9006369
COUNTY OF WILLTAMSON § KNOW ALL MEN BY THESE PRESENTS:
That Cash Construction Company, Inc. of the City of Pflugerville
Travis , and State of Texas County of
nd
authorized under the laws of the State of Texas to act as Surety on Bonds for Principals,
and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors,
workers, laborers, mechanics and suppliers as their interest may appear, alI of whom shall have
the right o sue upon thive
s bond, in
the penal
Seven Million Two Hundred Forty One Thousand Two Hundred Forty Three and 00 100's sum of
($ 7,241,243.00 ) for the payment whereof, well and trulybe Dollars
said Principal and Surety bind themselves and their heirs, administrators, executors, sucmc de the
and assigns,jointly and severally, by these presents: essors,
E
WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated
the 12--'x-- day of ___ 1,j�,
hereby referred to and made a part hereof as fully and to the sameextents 2 to which
copied-at lengthis
herein consisting of,
l
Chisholm Trail Road Reconstruction/Chisholm Parkway Extension
(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,
a . them. owin
ll monies tog by said Principals for subcontracts, work, labor, equipment, supplies
and materials done and funlished 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 Cha
Texas Goverim-nent code, as amended, and all liabilities on this bond shall o determined Chapter
2253,
accordance with the provisions of said. Chapter 2253 to the same extent as if it were copied a
length herein.
t
1
1'
3
l
00620 7-2009 Pagel
00090656
m
Payent Bond
p
u
r
I
PAYMENT BOND (continued)
Surety, for value received stipulates and agrees that no change, extension of time, alteration or
addition to the tern-ls 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 t
bond, and it does hereby waive notice of any such is
change, extension of time,galteration for
addition to the terms of the contract, oz to the work to be performed thereunder.
I
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument
this 23rd day of May , 2012
I
Fidelity and Deposit Company of Maryland I
Cash Construction Company, Inc. Colonial American Casualty and Surety Company
rincipal
1 Surety
r L` � Y l David S. Ballew z
Printe ame i Printed Name
t
By: By:
Title: 'i l�
Address: P.O. Bo 1279 Title: Attorney-In-Fact i
Address: 1400 American Lane, Tower I, 18th Floor
Pflugerville, Texas 78691 Schaumburg, IL 60196-1056
i
Resident Agent of Surety:
Siggn �-ature b.
Ballew Insurance Agency, Inc., David S. Ballew z
Printed Name
8140 N. Mopac Expy, Bldg. 1, Suite 100
Street Address
Austin, Texas 78759
F
R:
f
3
00620 7_2009 Page 2
.0009065E
ACORDTN Client#:81670
CERTIFICATE OF LIABILITY14CASHCON
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY INSURANCE
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEWp EXT DATE(MMmDnYy�
BELOW,THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE5/23/2012
AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER
END OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
IMPORTANT:If the certificate holder is D ADDITIONAL INSURED A CONTRACT BETWEEN THE ISSUING INSURERS,
the terns and conditions of the ( ) AUTHORIZED
policy,certain policies may re the p°Ilcy(les)must be endorsed.If SUBROGATION IS
certificate holder in lieu of such endorsement(s). U. an endorsement.A statement on this
PRODUCER WAIVED,subject to
Wortham Insurance& certificate does not confer rights to the
221 West 6th St#1400 Risk Mgt CONT Acr Janet R.Evans
Austin, TX 78701 PHONE
ac No Erj:512 453-0031
512 453-0031 ADDR E-4MJss: jevans A/c,No: 512 53-0041
4
�°m Ortham-austin.com
INSURED INSURER(S)AFFORDING COVERAGE
Cash Construction Com INSURERA:Amerisure Insurance C
NAIC tI
PO Box 1279 pang,Inc INsuRER 8:Amerisure Mutual Insuran eany
Comp 19488
Pflugervilie,TX 78691
INSURER 23396 I
INSURER D;
COVERAGES INSURER E r E
THIS IS TO CERTIFY THAT CERTIFICA INSURER F:
TE NUMBER:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE IN
INDICATED. NOTWITHSTANDING ANY REQUI,�MENT, TERM OR CONDITION OF ANY C
CERTIFICATE MAY BE ISSUED OR REVISION NUMBER:
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MqY HAVE BEE SURED
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT T
ONTRACT OR OTHER p NAMED qgp FOR THE P
LTR OCUMENT WITH RESPECT T OLICY PERIOD
TYPE OF INSURANCE ADD us N REDUCED By WHICH THIS '
A GENERAL LIABILITY INSR WVp AID CLAIMS. O ALL THE TERMS,
POLICY NUMBER �M f Y EFF
X COMMERCIAL GENE CPP2068485 MM opyiyEXP
RAL LIABILITY t
4/01/2012 04/01/201 Ull i
CLAIMS-MADE a OCCUR EACH OCCURRENCE
AMAGE T RENTED $1000000
PREMISES Ea occurrence $300000
0
- MED EXP(Any one ) $1000
GEN'L AGGREGATE LIMIT APPLIES PER: Person
PERSONAL g qpy INJURY
POLICY X PE 6T LOC GENERAL AGGREGATE
$1,0000 0
B AUTOMOBILE LIggILRy
PRODUCTS-COMP/ 62,000 000
O AGG s2000,000
_ X ANY AUTO CA2068484
ALL OWNED 4/01/2012 04/01/201 COMBINED SINGLE LIMIT $
AUTOS SCHEDULED 3 Ea accident
AUTOS
X HIRED AUTOS X NON-OWNED BODILY INJURY(Per person) $1,000,000
$
AUTOS
A BODILY INJURY(Per accident) $
X UMBRELLA UAB PROPERTY DAMAGE .
X OCCUR Per accident $
EXCESS LIAR CU201J
CLAIMS-MADE 4/01/2012 04/01/201
D $
ED RETENTION$ 3 EACH OCCURRENCE
B WORKERS COMPENSATION s10 000 000
AND EMPLOYERS'LIABILITY AGGREGATE $10,00)000
r ANY PROPRIETOR/PAR ER/EXECUTIVE Y/N WC2O6$4$$
OFFICE in Ni EXCLUDED? N N/A 4/01/2012 04/01/201 X S '
(Mandol ❑ WC STATU_ E
If ) OTH-
s 13M IP, ON under �.
DESCRIPTION OF OPERATIONS below E.L.EACH ACCIDENTh
s1 000 000
E.L.DISEASE-EAEMPLOYEE $1000000
E.L.DISEASE_POLICY LIMIT $1,000000 e
DESCRIPTION
, OF OPERATIONS I LOCATIONS/VEHICLES(Attach AC
ORD 101,Additional Remarks 4
►ect:Chisholm Trail Road Reconstruction/Chisholm Parkway
if mpace is required)
ore s
PrO
rkway Extension;
Forms and Endorsements Schedule:
Worked Compensation:
(See Attached Descriptions)
CERTIFICATE HOLDER
CANCELLATION
City of Round Rock
221 E,Main St SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Round Rock,TX 78664 THE EXPIRATION DATE THEREOF, NOTICE
ACCORDANCE WITH THE POLICY PROVISIONS ILL BE DELIVERED IN
AUTHORIZED REPRESENTATIVE
25 ACOR*S308171 M2 1 of 2 The ACORD name and nd logoare registered marks of A ORD 8.201 D ACORD CORPO
RATION.All rights reserved.