Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-12-06-28-G2 - 6/28/2012
RESOLUTION NO. R-12-06-28-G2 WHEREAS, the City of Round Rock has duly advertised for bids for the OSPV Reuse Irrigation(Phase 2) Project, and WHEREAS, AgH2O Holdings, LLC has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of AgH2O Holdings, 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 AgH2O Holdings, LLC for the OSPV Reuse Irrigation(Phase 2) 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 June, 2012. rrl ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: Q1/id SARA L. WHITE, City Clerk O:\wdox\SCClnts\0I 12\1204\MUNICIPAL\00252551.DOC= IROUN 7 K,TEW City Council Agenda Summary Sheet PURPOSE.PASSION.PROSPERITY. Agenda Item No. G2. Consider a resolution authorizing the Mayor to execute a contract with AgH2O Holdings, Agenda Caption: LLC for the OSPV Reuse Irrigation (Phase 2) Project. Meeting Date: June 28, 2012 Department: Parks and Recreation Staff Person making presentation: Rick Atkins Parks and Recreation Director Item Summary: The Project, which is part of the City's overall Reuse Water Project, includes irrigation system improvements throughout Old Settlers Park in preparation for the switch to reuse water sometime late summer or early fall. The irrigation improvements will replace 20-25 year old irrigation components that were not intended for reuse water, replace visible irrigation components (valve boxes, quick couplers, etc)to bring the irrigation system into compliance with the Texas Commission on Environmental Quality (TCEQ) and eliminate any possibility of cross contamination with the potable water system. Irrigation improvements will be made at the Lakeview Pavilion/Festival Area, Football Complex, Baseball Complex and Cricket/MP Field area. Additionally, minor improvements will be made at all complexes to ensure the system is in compliance with TCEQ's standards for use of non-potable water. The project will occur in phases to work around previously scheduled events, leagues,and tournaments. The Project should be completed by September 2012. Cost: $334,302.25 Source of Funds: General Self-Financed Construction Date of Public Hearing(if required): N/A Recommended Action: Approval THE CITY OFROUND ROCK PARKS&RECREATIONDEPARTMENT BIDS EXTENDED AND CHECKED 301 West Bagdad BY: Round Rock, Texas. 78664 DMB (512)218-5540BID TABULATION DATE: 6/.5/2012 SHEET OF 1 OF 1 CONTRACT: OSPV Reuse Irrigation Project(Phase 2) LOCATION: PARD Conference Room AgH2O Holdings,LLC Patin Construction DATE: 6/5/2012 Bid Bond? Bid Bond? Bid Bond? Bid Bond? APPRON UNIT UNIT UNIT KNIT ITEM UNIT QTY. PRICE COST PRICE COST PRICE COST PRICE COST Base Bid One-Cricket Area L.S. 1 $78,777.00 $78,777.00 $110,540.00 $110,540.00 $0.00 $0.00 $0.00 $0.00 Base Bid Two-Festival and Lakeview Area L.S. 1 $100,777.00 $100,777.00 $159,900.00 $159,900.00 $0.00 $0.00 $0.00 $0.00 Base Bid Three-S.S.Practice Fields L.S. 1 $70,777.00 $70,777.00 $113,115.00 $113,115.00 $0.00 $0.00 $0.00 $0.00 Base Bid Four-Football Complex L.S. 1 $68,777.00 $68,777.00 $111,940.00 $111,940.00 $0.00 $0.00 $0.00 $0.00 TOTAL BASE BID: $319,108.00 $495,495.00 utc oup ers ectrlc ave01 ectric ave 101 $553.50 r 0.00 tA.6-RRt&R2"E= TERNATES: $334,302.25 $502,415.00 bidtab/bidtab Mj x00� w cl t z { a t 3 t k City of Round Roca. Texas Contract Forms Standard Form of Agreements Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the , Yom'day OfSMA in the year 20.p--. i. BETWEEN the OiNmer: City of Round Rock.Texas(hereafter`0,vi ler"or"City") '?I East)))thin Street 3 Round Rock,Texas 78664 s C and the Contractor AgR20 Holdings,L.L.C. ("Contractor") 3817 Bent Brook Drive Round Rock,Texas 78664 The Project is described as: OSPV Reuse Irrigation Proieet(phase 2), x (irrigation improvements located at the Cricket/Multipurpose Field,Festival&Lakeview Pavilion,Silver Sltwger Complex Practice Field:and Football Complex.) The Flip irteer is; Sweeney+Associates 3000 Toe DiMaggio Blvd,Building 1700,Suite 61 Round Rock,Texas 78665 For and in consideration of the mutual ternis. conditions and covenants of this Agreement and all accompanying documents bettwen Owner and Contractor., the receipt and sufficiency of t`.,)rich are Hereby acknowledged,Owner and Contractor agee as folio-vvs: b ARTICLE I THE CONTRACT DOCUMENTS The Contract Docuinents consist of this Agreement, Conditions of the Contiact (General. Supplemennm and other Conditions), Dmwiags, Specifications, Addenda issued prior to execution of this Agreement, other docunnents listed in this Agreement and Modifications issued after execution of this Aso=nenv these fornn the Contract, and are as fltlly a part of the Contract as if attached to this Agreennent or repeated herein. The Contract represents the entire and intet�rved agreement bem wn the parties hereto and supersedes prior negotiations. representations or agreernents, either iwitten or oral, An enumeration of the Contract Doctunents. other than Modifications,appeals in Article S. ARTICLE 2 THE WORK.OF THIS CONTRACT i Contractor shall filly execute the Work described in the Contract Doctunents, except to the extent specifically indicated in the Contract Dociunents to be the responsibility-of others. 00500 7-3010 Page I of:5 Standard Font of Agreement 0019Gs?� i I2 S I i ARTTCLE 3 DATE OF CONMENCE TENT;DATE OF SUBSTANTLAL COMPLETTON;DATE OF FINAL CONIPLET 0 3,1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below*or pro-Osion 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 die Notice to Proceed. ` 3.3 Contractor shall eonunenee Work.w-ithin tern ( 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 twenty-one ( 21 )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Connpletion of the eaatire Work no later than one hundred-twenty ( 120 )calendar days from issuance by Owner of Notice to Proceed. suhject 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 airy portion thereof)on or before the date(s) specified for Substantial Completion in the Agreement, Contractor shall pay to Owner, as liquidated damages,the stirs of two hundred fifty and Noll 00 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 corupeiisation for the harn that would be caused by Contractor's failure to achieve Substantial Completion of tlae Work(or any portion thereof)on or before the date(s)specified for Substantial.Completion in the Agreeanent, 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 Contact.Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial fi Completion of the Work(or any portion thereof)in the Agreennent shall be subject to adjustment,as provided in die Contract Docuunents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than one hundred thirty-four ( 134 )calendar days from issuance by O-weer of Notice to Proceed.. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Suuaa in current funds for Contractor's perfarmance of the Contract.The Contract Sum shall be three hundred thirty-four thousand thme hundred two and 25/100 dollars ($ 33 ,302.25 }.subject to additions and deductions as provided in the Contract Docuunnents. 4.2 The Contract Sum is based upon the following alteniates ivhich are described in the Contract Docuunernts and are hereby accepted by Owner: Base Sid One($78,7.7.7.00) Alternate A..1 ($1,556.25) Base Bid Two($100,777.00) Alternate A,5($5,103,00) Base Bid Three($70,777.00) Alternate A.6($5,535,00) k Base Bid Four($68,777.00) T Page.2 of 5 k } 4 I 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 Doctunents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the Iast day of the mouth. F E 5.1,3 Provided that an Application for Payment is received by Engineer and Ownnex, and Engineer issues a Certificate of Payment not.later than the tenth(101h)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 thami one month after the Engineer issues a Certificate for Payment.. 5.1.4 Each Application for Payment shall be based on the most rerun schedule of values subnutted by Contactor in accordance with the Contract Documents, The schedule of values shall allocate the entire Contract Stun 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 revieiN.ing 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 Contact Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Rotund 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. 5.3 FINAL PAYMENT 5.2,1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: t J 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. 5.3,2 Owuer's final payment to Contractor shall be made no later than thirty (30) days after die issuance of Engineer's final Ceatifrcate 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 filly 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. t t ARTICLE 6 TERMINATION OR SUSPENSION i 6.1 The Contract may be terminated by Owner or Contactor as provided in Article 15 of the City of Round Rock General Conditions, 1 r 3 t Page 3 of 5 { I I i i i t } E 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 DOCLTMENTS 7,1 The Contract Documents. except for Modifications issued after execution of this Agreement. are enumerated as follows: s P 7.1,1 The Agreement is this executed version of the City of Round Rock. Texas Standard Fonu of Agreement } between CSV mer and Contractor,as modified, s 7.1.2 The General Conditions are tiie "City of Round Rock Contract Forms 00700," General Conditions, as modified. k E 7.1..3 The Supplementary, Special, and other Conditions of the Contract are those contained in the Project Manual dated May 2012 7.1,4 The Specifications are those contained in the Project Manual dated May 2012 7.1.5 The Drawings,if any,are those contained in the Project Manual dated March 30,2012 7.1.6 The Insurance&Construction Bond Fornis of the.Contract are those contained_in the Preject Manualdated t May 2012 g 7.1.7 The Noticeto Bidders,histnictions to Bidders,Bid Form,and Addeuda,if any,are those contained in the Project Manual.dated May 2012 7.1.8 If this Agement covers construction involving federal fiinds, thereby requiring inclusion of ivandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Fornis 03000,"Federally Required Contract Clauses,as modified, k 7.1.4 Other documents,if any,fanning ing part of the Contract Documents are as follows: x ARTICLE 8 MISCELLANEOUS PROVISIONS f 8.1 Where reference is invade in this Agreement to a.provision of any document, the reference refers to that provision as animded or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is. David Bull,Park Development Mankqer City of Round Rock 301 W.Bagdad,Suite 250 Round Rock,Texas 78664 ` 83 Contractor's representative is: James R.Lesko,General Manager ARH20 Holdings,L.L.C. 3817 Bent Brod.Drays Round Rock,Texas 78664 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 breaclt,of this Agreement shall not constitute waiver of any subsequent breach. Page 4 of S f r r i i 8.6 Owme•agrees to pay Contractor from available fiwds for satisfactory perfornance of this Agreement in accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,,all as prodded 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 finds shall render this Agreement null and void to the extent flwds are not available. This Agreement is a counnitment of City of Round Rock's current revenues only. t S 8.7 Although this Agreement is dta,%m by Owner.. both parties hereto exTressly agree and assert that, in the £ evert of any dispute over its weaning or application,this Agreement shall be interpreted reasonably and fairly, and E 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 ventre 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. 8S Both parties hereby expressly agree that no claims or disputes bctw°cc the parties&rising out of or rclatinug: 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 dime(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 Omem r t OWNER CONTRACTOR U ROL.'D CIC,TEXAS A Tioldings,C,L,C. Printed Nance; ted N111rre; Title isle; 1.7t;✓fi!. A( Date Signed: q 'ZIP- Date Sigaied: 71ft Z p E ATTEST: city Sep," FOR T APPR VEDA TO FORS. City Atto ey i i t i Page S of S I : 3 _ f is fi t U i Bond #OKC617725 Y i k { PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: r COUNTY OF WILLIAMSON § That AGH2O Holdings, LLC of the City Of Round Rock County Of Williamson , and State of Texas , as Principal, and American safety Casualty Ins. Co. authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK,TEXAS,(Owner),in the penal sum of Three Hundred Thirty Four Thrn sand, ThrPP Plinrlrad Twn & 2S/11R6)llars ($ 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 r' 2-& day of July ,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 OSPV Reusc Irrigation Project(Phase 2) (Name of the Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the Work covered by said Agreement and occurring within a period of twelve(12)months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed, then this obligation r shall be void; otherwise to remain in full force and effect; s PROVIDED,HOWEVER,that this bond is executed pursuant to the provisions of Chapter 2253, i 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 x` length herein. Pagel 00610 7-2009 Perfonnance Bond 00090656 k C g t PERFORMANCE BOND(continued) E 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 lith day of July 20 12. ` C rincipal Surety AGH2O Holdings, LLC American Safety Casualty Insurance Company nted N Printed Nam Printed Name By: JA--IGS By: Debbie Hay Title: GW, N.tr A. Title: pf tnrna�-Tn-Fart Address: $11 r1.Cdlt D✓!a Address: gog S. Meridian Ave. , Suite 700 V L� Oklahoma ritlr, OK 73108 sident Agent of Surety: Signature 4 Debbie Hay Printed Name 314 N. Camp St. Street Address Seguin, TX 78155 City, State&Zip Code 3 I I Page 2 00610 7-2009 Performance Bond f 00090656 Bond #OKC617725 s 3 E t c r PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That AGH2O Holdings, LLC of the City Of Round Rock County of Williamson , and State of Texas as Principal, and American safety Casualty Ins authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Three Hundred Thirty Four Thousand, Three Hundred Two & .25/100 Dollars ($ 334,302.25 } 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: i I WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated 1 the 7A' ._ day of July , 20 12, 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. OSPV Reuse Irrigation Project(Phase 2) (Name of the Project) N 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 executedp ursuant 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. x Page 1 00670 7.2009 Payment Bond 00090656 F r b t i ti S c i t { Y PAYMENT BOND(continued) s 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 g 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. a IN WITNESS WHEREOF,the said Principal and Surety have signed and sealed this Instrument this lith day of `Nly 120 12 cipal Surety H2O Holdings, LLC American Safety Casualty Insurance Company 6Tinted Name Printed Name By: J61MAWs. LOMC) By: Debbie Hay Title: ?lig! MCt A. Title: Attorney-In-Fact _ } Address: &jr 2,443* D/L, Address: 909 R- Meridian Avp ,u;rP 700, o►�►.+� hoc ? y o o �tesident Agent of Surety: Signature Debbie Hay Printed Name 314 N. Camp St. Street Address Seguin, TX 78155 i f' s 5 yY t Page 2 00620 7-2009 Payment Bond 00090656 fi z I AGH2O-1 OP ID:KB CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 07/09/12 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 E 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 254-759-3701 CONTNAME: I Insurors of Texas(Colony) PHONE FAX PO Box 2683 AIC No Ext): (AIC'No): Waco,TX 76702 E-MAIL Insurors of Texas ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Allied Property 3 Casualty Ins . INSURED AGH2O Holdings,LLC TX Mutual Ins Company James R.Lesko INSURER B 3817 Bent Brook Dr. INSURER C: Round Rock,TX 78664 INSURER D: S INSURER E 3 INSURER F: COVERAGES CERTIFICATE NUMBER: 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 a 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. ILTR TYPE OF INSURANCE DL R POLICY EFF POLICY EXP ? POLICY NUMBER MM/DDfYYYY MM/DD/r LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 CP 7216023430 h A I COMMERCIAL GENERAL LIABILITY 05116/12 05/16/13 PREMISES Ea occurrence $ 100,00 CLAIMS-MADE FKOCCUR MED EXP(Any one person) $ 5,00 PERSONAL 8 ADV INJURY $ 1,000,00 GENERALAGGREGATE $ 2,000,00 , r GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $ 2,000,00 ?. ' X POLICY JECT PRO- LOC $ 4 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,00 A ANY AUTO CP BAPD 7205023430 05/16/12 05116113 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS X AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS NON-OWNED PROPERTY DAMAGE X AUTOS Par accident $ k $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ `4 DED I RETENTION$ $ k WORKERS COMPENSATION WC STATU- I JOTH- AND EMPLOYERS'LIABILITYY N X I TORY LIMITS I ER B ANY PROPRIETOR/PARTNER/EXECUTIVE SBP-0001206353 11/18/11 11/18/12 OFFICER/MEMBER EXCLUDED? N f A E.L.EACH ACCIDENT $ 1,000,00 _ (Mandatory In NH) E.L.DISEASE-EA EMPLOYE $ 1,000,00 If yes,describe under Fi DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,00 ( 3 ; DESCRIPTION OF OPERATIONS(LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) z; Blanket Additional Insured per written contract endorsement attached.30 Day Notice of Cancellation endorsement to follow.OSPV Reuse Irrigation Project (Phase 2) ii Y CERTIFICATE HOLDER CANCELLATION CITYROC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Manager City of Round Rock AUTHORIZED REPRESENTATIVE 221 E.Main Street Round Rock,TX 78664 ©1988-2010 ACORD CORPORATION. All rights reserved. ` ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD