Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-12-07-26-G5 - 7/26/2012
i t RESOLUTION NO. R-12-07-26-G5 WHEREAS, the City of Round Rock has duly advertised for bids for the 2012 Regional Wastewater Interceptor CCTV, Sonar and Laser Inspection Project, and F WHEREAS, while only one bid was received from Ace Pipe Cleaning, Inc., the City Council has determined that the bid is acceptable, and WHEREAS, the City Council wishes to accept the bid of Ace Pipe Cleaning, Inc., Now Therefore ' t 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 Ace Pipe Cleaning, Inc. for the 2012 Regional Wastewater Interceptor CCTV, Sonar and Laser Inspection 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, u Chapter 551, Texas Government Code, as amended. a. x RESOLVED this 26th day of July, 2012. ALAN MCGRAW, Mayor k City of Round Rock, Texas ATTEST: SARA L. WHITE, City Clerk O:\wdox\SCClnts\0112\1204\MUNICIPAL.\00254313.DOC/rmc 'fROUND ROCK,TEXAS City Council Agenda Summary Sheet PURPOSE.PASSION.PROSPERITY. Agenda Item No. G5. Consider a resolution authorizing the Mayor to execute a contract with Ace Pipe Cleaning Inc. for the 2012 Regional Wastewater Interceptor CCTV, Sonar, and Laser Inspection Agenda Caption: Project. Meeting Date: July 26, 2012 Department: Utilities and Environmental Service Staff Person making presentation: Michael Thane Utilities and Environmental Services Director Item Summary: { This regional project with the Brushy Creek Regional Wastewater System (BCRWWS) consists of performing Closed Circuit TV, Sonar, and Laser Inspection of the regional wastewater interceptors located over the Edwards Aquifer Recharge Zone (EARZ). Information from the inspection will be analyzed and recommendations for repairs will be made if necessary. The interceptors over the aquifer range from 24 to 84 inches in diameter with a combined approximate total length of 41,288 linear feet. The pipe, located over the EARZ, is required to be inspected every five years per TCEQ Edwards Aquifer Rules (30 TAC Chapter 213). Listed below are the percentages associated with each entities' portion of costs: -City of Cedar Park-29.80% -City of Austin -26.15% -City of Round Rock-28.42% -City of Leander- 11.51% - Brushy Creek MUD-2.85% - Fern Bluff MUD- 1.27% There were four potential bidders at the mandatory pre-bid meeting; however only one company bid the work. The BCRWWS consulting engineer for this project reviewed the bid and recommends award of this contract to Ace Pipe Cleaning, Inc.The regional entities have agreed with this recommendation, which is below the design engineer's cost estimate. Round Rock will manage this contract and be reimbursed by the regional partners for their respective portion of the cost. Cost: $141,620.10 (Round Rock's portion is$40,248.43) Source of Funds: Self-Financed Wastewater Construction Date of Public Hearing(if required): N/A Recommended Action: Approval k • www.rjn.com ren-aroun The Choice for Collection System Solutions June 25, 2012 Mr. Eddie Zapata Project Manager Utilities and Environmental Services 2008 Enterprise Dr r Round Rock, TX 78664 Subject: 2012 Regional Wastewater Interceptor CCTV, Sonar and Laser Inspection City of Round Rock, TX Dear Mr. Zapata: One (1)contractor submitted bid for the above referenced project held on June 20, 2012. Ace Pipe Cleaning Inc. submitted the bid with a total cost of$141,620.10. Based on their experience history we feel they are qualified to adequately complete this project. Therefore, we recommend that the City of Round Rock enter into a contract with Ace Pipe ` Cleaning, Inc. for the inspection of the above referenced project. Should you have any questions, please call me at(972)437-4300. Very truly yours, RJN Group, Inc. CLU"Ll— s i' Kevin Chumbley, P.E. Project Manager r 4 Project File: 18-2573-00 Attachments: bid tabulation E' i } i 12160 Abrams Road, Suite 400 D. 972.437.4300 1 116 14 186 BRUSHY CREEK REGIONAL WASTEWATER SYSTEM ' 1460 112 1431 / i 175 1460 as 1460 i 3406 Onion Creek Relief Interceptor ' 3406 j' Onion Branch Interceptor CEDAR P RK 1460 79 i 79 Brushy Creek Interceptor i / ROUND. R O,C K west Regional wwrP 620 i i 3.0 MGD / i Southwest Interceptor 172 $ 1325 PFLUGE� VILLE Path:O:%Workapacee_GISNUtlYtlea mrkapacelMAP512012\CoundllBC regional WWayetem.mxd 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 AGREEMENT made as of the YU day of in the year 20)2' BETWEEN the Owner. City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor ACE Pipe Cleaning Inc. ('Contractor") 1509 Sylvanui Ct. Fort Worth,TX 76111 The Project is described as: 2012 Regional Wastewater Interceptor CCTV,Sonar,&c Laser Inspection The Engineer is: RJN Group _Kevin Chumbley,P.E. 12160 Abrams Road-Suite 400 Dallas,TX 75243 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 emrmeration 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 Smadard Foam 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 Dollars and No1100 Dollars(S 250.00 )for each calendar day that Substantial Completion is delayed after the a date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is I 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 l 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 I Contract Documents. v 3.6 Contractor shall achieve Final Completion of the entire Work no later than sixty 60 )calendar days from issuance by Owner of Notice to Proceed. z f ARTICLE 4 CONTRACT SUM i 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-Forty-One Thousand Six Hundred-Twenty Dollars&ten cents x (a 141,620.10 ),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. i 3j t i Page 2 of 5 1 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor, and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender, Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the City of Round Rock General Conditions, and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth(10th) day of a month, Owner shall make payment to Contractor not later than the tenth(10th) day of the next month. 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 Roupd 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 June 2012 7.1.4 The Specifications are those contained in the Project Manual dated June 2012 7.1.5 The Drawings,if any,are those contained in the Project Manual dated June 2012 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated June 2012 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any, are those contained in the Project Manual dated June 2012 7.1.8 If this Agreement covers constructidn 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: Eddie Zapata-Project Manager City of Round Rock 2008 Enterprise Drive Round Rock,TX 78664 8.3 Contractor's representative is: _ � Iyy,�J ILI Q,' ✓ , C'_ 8.4 Neither Owner's nor Contractor's representative shall be changed without ten (10) days' written notice to the other party. Page 4 of 5 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor,subject to proper additions and deductions, all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner, both parties hereto expressly agree and assert that, in the event of any dispute over its meaning or application, this Agreement shall be interpreted reasonably and fairly, and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least three(3) original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the Contract,and the remainder to Owner. OWNER CONTRACTOR CITY OF RO ND ROCK,T SSG Printed Name: Fw tS WW W 17W?i6 Printed Name: Ct S706 Title ma4ur _-rfllm Title: f f:6,0.n Ril— Date Signed: [/'Z� (� Date Signed: ATTEST: qw!4--.7 R&4;L-, city"wao* G � � (/ FOR C TY,APPROVE AS TO FORM: City A mey Page 5 of 5 Bond No. 105819316 PERFOR1 tA-NCE BOND THE STATE- OF TEN-AS § § KNOW ALL BY THESE PRE-SENTS: COUNTY OF WILLIAM SON § That Ace Pipe Cleaning Inc. of the City of Fort Worth County of Tarrant and State of Texas _ , as Principal, and Travelers Casualty and Surety* 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 Forty One Thousand Six Hundred Twenty and 10/100 Dollars (S 141,620.10 ) 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: *Company of America WHEREAS, the Principal has entered into a certain written Agreement with the Owner dated the day of - 202—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. 2012 Regional Wastewater Interceptor CCTV, Sonar, & Laser Inpsection (Name of the Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION 1S SUCH, that if the said Principal shall faithfully perform said Agreement and shall.. in all respects_ duly and faithfully obsen,e 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�perforlrled, 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 0 2) months from the date of Final Completion and all other covenants and conditions. accordingto the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed. then this obligation shall be void: othenvise to remain in full force and effect: ✓ PROVED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 223, Texas Government code. as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2'53 to the sante extent as if it were copied at length herein. Page 1 00610 1-2009 1'erfonnarn c Bond 00090656 PERFORMANCE BOND {continued} (Ori na 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 perfomned 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, W'ITNESS WHEREOF. the said Principal and Surety have signed and sealed this instrument this 2nd day of August ?012 . Ace Pipe Cleaning, Inc. Travelers Casualty and Surety Company of America ipal Surety Brenda D. Hockberger Printed Name Printed Name By: By: Title: !/---- Title; Attorney-in-Fact Address: 1509 Sylvania Court Address: One Tower Square Fort Worth,TX 76111 Hartford,CT 06183 R ent Agent of Surety: Signature Bruce C. DeHart Printed Name 21755 IH-45 Building#8 Street Address -Spring,TX 281-651-0002 City. State & Zip Code Page 000906566 00610 7- Performance Bond Bond No. 105819316 PAYMENT BOND THE STATE OF TEXAS § KNO\V ALL IMEN BY THESE PRESENTS: COUNTY OF WILLIAMSON 5 That Ace Pipe Cleaning, Inc. of the City of Fort Worth Count-v of Tarrant . and State of Texas as Principal, and Travelers* authorized under the laws, of the State of Texas to act as Surety on Bonds for Ptdncipals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OMINER). 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 Hundred Forty One Thousand Six hundred Twenty and 10/100 Dollars ($ _ 141,620.10 ) for the payment whereof. well and truly be made the said Principal and Surety bind thennselves and their heirs, administrators, executors, successors. and assigns;jointly and severally,by these presents: *Casualty and Surety Company of America WHEREAS. ^the.�P p'ncipal has entered into certain written Agreement with the O«ner, dated the 'fi day of 2012,, to which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: 2012 Regional Wastewater Interceptor CCTV, Sonar, & Laser Inspection (Name of the Project) NOW, THEREFORE-, THE CONDITION OF THIS OBLIGATION 1S 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. other\v1se 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 Pa-e') 00090656 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 same shall in anywise affect it's obligation on this gond. and it does hereby waive notice of any such chancre. extension of time. alteration or addition to the ternis of the contract. or to the work to be performed thereunder. IN WITNESS WHEREOF. the said Principal and Surety have signed and scaled this Instrument this 2nd day of August 2012 . Ace Pipe Cleaning,Inc. Travelers Casualty and Surety Company of America cipal Surety ti V\- Brenda D. Hockberger Printed Name Printed Name By: By: L�A"Llj Title: Title: Attorney-in-F t Address: 1509 Sylvania Court Address: One Tower Square Fort Worth,TX 76111 Hartford,CT 06183 Resident Agent of Surety: ig nature Bruce C. DeHart Printed Name 21755 IH--45 Building#8 Street Address Spring,TX 77388 Ciry. State & Zip Code 00610 .200<) Page 3 00090656 Perfonnance Bond G16 J'tJ—JVVU OI G1/ GV1G 11 : DD : D3 AM YAur. G/UUO rax berver ACURl7 CERTIFICATE OF LIABILITY INSURANCEF7;,E( 'MID YYYY) zvzm 2 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(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 CONTACT MARSH USA INC. NAME: 540'N.h1ADISON PHONE FAX A1C No Ext): A/C,No: CHICAGO,IL 60661 E-MAIL — – ARN ContracLReviewCSS_dmarsh.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# _ 227309-STD-LINES-11-12ACE PI INSURER A:Zurich American Insurance Company 16535 DACE PIPE CLEANING,INC. INSURERS: 4000 E.TRUMAN ROAD INSURER C: KANSAS CITY,MO 64127.2290 INSURER D INSURER E: J INSURER F: k VERAGES CERTIFICATE NUMBER: CHR"44952-05 REVISION NUMBER:1' 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. 1R; TYPE OF INSURANCE POLICY EFF POLICY EXP WVD POLICY NUMBER MM1DD/YYYY) (MWDDfYYYYI LIMITS A GENERAL LIABILITY GLD 9377201-06 106112011 10(312012 EACH OCCURRENCE $ 1.0001000 X COMMERCIAL GENERAL LIABILIT`! DAMAGE TO RENTE —T—PREMISES Ea occurrence $ 1,00010p CLAIMS-MADE I:n OCCUR j MED EXP(Any one persai) $ 10,000 t X XCU INCLUDED ! PERSONAL 8 ADV INJURYj$ 1,000,000 `. GENERAL AGGREGATE 1$ 2,000,000 P GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO- LOG I$ A AUTOMOBILE LIABILITY BAP 9377199-06 0312011 10!:312012N 'NG LIMIT } Ea accident i$ 2,000,000 X ANY AUTO BODILY INJURY(Per person) j $ ALL OWNED SCHEDULED 1. AUTOS AUTOS i BODILY INJURY(Per accident) $ ri NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS Per accident $ UMBRELLA LIAR' OCCUR I EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE' AGGREGATE $ DED RETENTION$ A WORKERS COMPENSATION WC 9:377202-W 10!312011 10(3121112 X WC STATU- oTH-I $ AND EMPLOYERS'LIABILITY ,r/N Y IT' ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICEMMEMBER EXCLUDED? MEL.EACH ACCIDENT $ 1,0011,00(.1 N/A . (Mandatory in NH) E.L.DISEASE-EA EMPLOYEES$ 1,000,000 [V es,describe�.�ixie- SCRIPTION OF OPERATIONS be,ow - E.L.DISEASE-POLICY LIMIT i $ i poo,000 CRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) OF ROUND ROCK IS AN ADDIT1014AL INSURED UNDER GENERAL LIABILITY A14D AUTOMOBILE LIABILITY.BUT ONLY TO THE EXTENT REQUIRED BY THEIR WRITTEN CONTRACT WITH THE INSURED FOR OPERATIONS PERFORMED BY THE NAMED INSURED. A WAIVER OF SUBROGATION IS INCLUDED IN FAVOR OF THE ADDIT1014AL INSURED WITH RESPECT TO THE RAL LIABILITY,AUTOMOBILE LIABILITY AND WORKERS COMPENSATION COVERAGES,BUT ONLY TO THE EXTENT REQUIRED BY THEIR WRITTEN CONTRACT WITH THE NAMED INSURED. RTIFICATE HOLDER CANCELLATION CITY OF ROUND ROCK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 221 E MAIN ST. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ROUND ROCK,TX 76664 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukhelee p�q t7VC7 G.w � 1 a l+C_�tr• t t ©1988-2010 ACORD CORPORATION. All rights reserved. CORD 25(2010/05) The ACORD name and logo are registered marks of ACORD