Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-12-08-23-F6 - 8/23/2012
I I E t 1 I RESOLUTION NO. R-12-08-23-F6 WHEREAS, the City of Round Rock has duly advertised for bids for the 2011-2012 S 3 Wastewater Collection System Rehabilitation Project, and WHEREAS, RePipe Construction, LLC has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of RePipe Construction, LLC, Now f Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, t That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with RePipe Construction, LLC for the 2011-2012 Wastewater Collection System Rehabilitation i Project. The City Council hereby finds and declares that written notice of the date, hour, place and f' subject of the meeting at which this Resolution was adopted was posted and that such meeting was i' i 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, a Chapter 551, Texas Government Code, as amended. t z RESOLVED this 23rd day of August, 2012. F; Z" F City of Round Rock, Texas ATTEST: z SARA L. WHITE, City Clerk OAwdox\SCC1nts\0I 12\1204\MUNICIPAL\00256295 DOC S i I i a 49 5 ''�ROUNDROCK,TEXAS City Council Agenda Summary Sheet PURPOSE PASSION.PROSPERITY. t t Agenda Item No. F6. Consider a resolution authorizing the Mayor to execute a contract with RePipe Agenda Caption: Construction, LLC for the 2011-2012 Wastewater Collection System Rehabilitation Project. Meeting Date: August 23, 2012 Department: Utilities and Environmental Service Staff Person making presentation: Michael Thane, P.E. Utilities and Environmental Services Director s { Item Summary: The City is required to continue this program in order to comply with the Texas Commission on Environmental Quality (TCEQ) Edwards Aquifer Recharge Zone Protection Program. This Program requires wastewater collection systems, located over the Edwards Aquifer, to be inspected and rehabilitated every five years. The elimination of defects will help protect the Edwards Aquifer, as well as reduce inflow and infiltration entering the City's wastewater collection system, thereby reducing the City's treatment cost. On July 31, 2012, six bids were submitted for this wastewater rehabilitation project.The lowest bid of$1,536,866.40 was submitted by RePipe Construction, LLC. This amount was below the engineer's estimate of $1,734,000. The Utility staff recommends approval of this contract to RePipe Construction, LLC.This contract will perform necessary repairs and improvements to rehabilitate the wastewater collection system in nine sub-basins. The work will be performed in sub-basins BC20-Z, CC32-Z, CC34-Z, CC35-Z, CC36-Z, CC37-Z, OC24-Z, OC25-Z and OC26-Z ( 2011 Year 1 -2nd cycle and 2012 Year 2-2nd cycle). a Cost: $1,536,866.40 Source of Funds: Self-Financed Wastewater Construction Date of Public Hearing(if required): N/A Recommended Action: Approval x y y EXECUTED ORIGINAL DOCUMEN15 FOLLOW 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 ofth 4jdday of in the year 20A— BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor RePipe Construction,LLC ("Contractor") 7600 S.Santa Fe-Building E Houston TX 77061 The Project is described as: 2011 -2012 Wastewater Collection System Rehabilitation Basins BC20-Z,CC32-Z,CC34-Z,CC35-Z,CC36-Z, CC37-Z,OC24-Z,OC25-Z,and OC26-Z The Engineer is: RJN Group,Inc. Peter Lai,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 enumeration of the Contract Documents, other than Modifications,appears in Article 8. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 7-2010 Page 1 of 5 Standard Form of Agreement 00196575 ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION; DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within ten ( 10 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than two hundred ( 200 )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than two hundred ( 200 )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 No/I00 Dollars($ 250.00 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof) on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas, provision of alternative storage facilities and rescheduling of moving and occupancy dates, is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof) in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than two hundred thirty f ( 230 )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-Five Hundred Thirty Six Thousand-Eight Hundred Sixty Six Dollars and Forty Cents ($ 1,536,866.40 ),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: Add Alternate Bid"A" Page 2 of 5 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender, Owner shall make progress payments on account of the Contract 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 Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work,and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed.Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment, and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. Page 3 of 5 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary, Special, and other Conditions of the Contract are those contained in the Project Manual dated July 2012 7.1.4 The Specifications are those contained in the Project Manual dated July 2012 7.1.5 The Drawings,if any,are those contained in the Project Manual dated July 2012 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated July 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 July 2012 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents,if any,forming part of the Contract Documents are as follows: ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Eddie Zapata Project Manager City of Round Rock 2008 Enterprise Drive Round Rock TX 78664 8.3 Contractor's representative is: Sam Coke Project Manager RePipe Construction,LLC 7600 S. Santa Fe-Building E Houston,TX 77061 8.4 Neither Owner's nor Contractor's representative shall be changed without ten (10) days' written notice to the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. Page 4 of 5 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner, both parties hereto expressly agree and assert that, in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly, and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock,Texas,and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein,exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be 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 UND OCK,TEX ePipe Construction,LLC Z Printed Name: Printed Name: -NfCKBANCHETTI Title Title: GENERAL MANAGER Date Signed: 5,23 Date Signed: SEPT. 12,2012 ATTEST: s1my?, City Clerk FOR Y,APTOV S TO FORM: N City Att ey Page 5 of 5 #SU 111 8407 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILL"SON § That RePipe Const uction,LLC of the City of Houston County of Hams , and State of Texas as Principal, and Arch Durance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK,TEXAS,(Owner),in the penal sum of One Million Five Hundred Thirty-six Thousand Eight HubSaxty seven Dollars ($ 1.536,867.00 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally, by these presents: WHEREAS. the Principal has entered into a certain written Agreement with the Owner dated the S;T 414 day of 4SCak M 2012 to which the Agreement is hereby referred to and made a part hered as fully and to the same extent as if copied at length herein consisting of. 2011-2012 Wastewater Collection System Rehabilitation Basins BC20-Z,CC32-Z,CC34-Z,CC35-Z, CC36-Z CC37-Z,OC24-Z,OC25-Z and OC26Z Round Rock Texas (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 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 Performance Band 00090656 l PERFORMANCE BOND (continued) 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 day of 12012 Arch Insurance Company i Principal Surety NICK BANCHETTI Joann Dombrowski I Printed Name Printed Name i By: i� P� ( L.LC. By: (�;ejz Title: GENERAL MANA ER Title: mey-in-Fact Address: 7600 S. SANTA FE Address: 3 Parkway HOUSTON, TX 77061 Philadelphia,PA 19102 NOW Resident Agent of Surety: Si ature Joann Dombrowski,01319606 Printed Name 195 Farmington Ave.,Suite 300 Street Address Farmington,CT 06032 City, State&Zip Code Page 2 00610 7-2009 Performance Band 00090656 Bond aYSU 1118407 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That RePipe Construction,LLC of the City of Houston County of Hams , and State of Texas as Principal, and Arch Insurance Company 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 One Million Five Hundred Thirty-six Thousand Eight Hundred Sixty seven&001100 Dollars ($ 1,536.867.00 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns,jointly and severally,by these presents: WHERE^AS�th ,Principal has entered into a certain written Agreement with the Owner, dated the 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: 2011-2012 Wastewater Collection System Rehabilitation Basins BC20-Z, CC32-Z,CC34Z,CC35-Z,CC36-Z,CC37-Z,OC24-Z,OC25-Z and OC26-Z (Name of the Project) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors,workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. 1)0620 7-2009 Page 2 Payment Bend 00000556 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 pians, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract,or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this day of .2012 . L5 la�_ TION LL Arch Insurance Company gEPIPE Princepat Surety NICK BANCHETTI Joann Dombrowski Printed Name Printed Name By; lad By: Title: GENERAL MANAGER Title: ome -in-Fad Address; 7600 S. SANTA FE, BLDG. E Address: 3 Parkway HOUSTON,TX 77061 Philadelphia,PA 19102 NOW Resident Age of Surety: Sigifature Joann Dombrowski,*1319606 Printed Name 195 Farmington Ave..Suite 300 Street Address Farmingtna CT Ons2 City, State&Zip Code Page 3 006107-2009 Performance Bond 00090656 DATE(MM/DD/YYYY) .4COR0CERTIFICATE OF LIABILITY INSURANCE °"°7/20,2 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 Amber Breaux NAME: PHONE FAX ALLIANT INSURANCE SERVICES HOUSTON,LLC ac No 713-4704123 Ext): ac No 713.470-4124 5847 SAN FELIPE,SUITE 2750 E-MAIL abreaux@alliantinsurance.com HOUSTON,TX 77057 ADDRESS: INSURERS AFFORDING COVERAGE NAIC# INSURER A: Liberty Mutual Fire Insurance Company 23035 INSURED INSURER B: Starr Indemnity&Liability Company 38318 RePipe Construction,LLC INSURER C: Crum&Forster Specialty Insurance Company 44520 7600 S Santa Fe Dr. INSURER D: Houston,TX 77061 INSURER E: 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 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. INSR I ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ 100,000 A CLAIMS-MADE �OCCUR TB2 661 066037 032 04/01112 04/01113 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 PRO- $POLICY X JECT LOC AUTOMOBILE LIABILITY COMBINED SI-0 LE LIMIT Ea accident $ 2,000,000 X ANY AUTO BODILY INJURY(Per person) $ A ALL OWNED SCHEDULED AS2 661 066037 022 04/01/12 04/01113 AUTOS AUTOS BODILY INJURY(Per accident) $ NON-OWNED R AMA HIRED AUTOS AUTOS Per accident $ $ UMBRELLA LIABX OCCUR EACH OCCURRENCE $ 10,000,000 B X EXCESS LIAR CLAIMS-MADE SISCCCLO1769312 04101/12 04101/13 AGGREGATE $ 70,000,000 DED I I RETENTION$ $ WORKERS A N WC SR OTH- AND EMPLOYERS'LIABILITY YM x TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT A OFFICER/MEMBER EXCLUDED? N N/A WA2 66D 066037 012 04101112 04/01/13 $ 1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 COTHER PKC-100105 04/01/12 04/01/13 EACH LOSS $ 10,000,OOD OLLUTION LIABILITY GGREGATE S 10,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space is required) Sewer System Rehabilitation Contractor:RE:2011-2012 Wastewater Collection System Rehabilitation Project. Round Rock,RJN Group,Inc. The General Liability and Commercial Auto policy includes blanket Additional Insured endorsements that provide Additional Insured status to certain persons and organizations when required by written contract and subject to the terms and conditions of the endorsements.The Auto,General Liability,and Workers Compensation policy includes a blanket Waiver of Subrogation when required by contract or written agreement and subject to the terms and conditions of the endorsements. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Round Rock, TX ACCORDANCE WITH THE POLICY PROVISIONS. 2008 Enterprise Dr. Roundrock, TX 78664 AUTHORIZED REPRESENTATIVE L Y&*�7 – ©1988-2010 A ORD CORPORATION.All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD