Loading...
R-12-09-13-G3 - 9/13/2012 4. 1 ti #i t {: RESOLUTION NO. R-12-09-13-G3 3 WHEREAS, the City of Round Rock has duly advertised for bids for the Community Entry x Gateway Signage Along IH-35 Project, and WHEREAS, Fazzone Construction Co., Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Fazzone Construction Co., Inc.,Now ti Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, 3 1^ That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Fazzone Construction Co., Inc. for the Community Entry Gateway Signage Along IH-35 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 r; hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, #' Chapter 551, Texas Government Code, as amended. 4; RESOLVED this 13th day of September, 2012. P } t ALAN MCGRAW, Mayor t: City of Round Rock, Texas ATTEST: t k SARA L. WHITE, City Clerk E t t O:\wdm\SCC 1nts\01 12\1204\MUNICIPAL\00257522.DOC/rmc i 'f ROUND ROCK,TEXAS City Council Agenda Summary Sheet PURPOSE.PASSION.PROSPERITY. 4 Agenda Item No. G3. F, Consider a resolution authorizing the Mayor to execute a contract with Fazzone Agenda Caption: Construction., Inc.for the Community Entry Gateway Signage along IH-35 Project. t Meeting Date: September 13, 2012 i Department: Transportation Staff Person making presentation: Gary Hudder I Transportation Director Item Summary: The bid opening for the Community Entry Gateway Signage Along IH 35 Project was held on Tuesday, August 14, }. 2012, at 2:00 p.m. Five sealed bids were received and opened. The construction contract being awarded includes the base bid items, Alternate 1 and Alternate 2. The base bid includes furnishing all labor, material, equipment and performing all work required for completion of the project including site grading, structural retaining wall, embankment, specialty sculpted rock wall, pylon footing and stone veneer sign, rock masonry, static white light i fixtures and landscaping. Alternate 1 deducted the static white light fixtures; Alternate 2 added RGB color light s fixtures. Bid totals are as follows: - Fazzone Construction Co., Inc.-$225,388.35 - ASD Consultants, Inc. -$249,658 - Westar Construction -$335,515 - G. Creek, Inc. -228,183 h - Mario L. Carlin Management-$228,891.87 s The bids received from Mario L. Carlin Management and G. Creek, Inc. were rejected due to errors and missing information from their bids.They also did not include the vendors and suppliers as specified and required in the bid documents, and as such are considered nonresponsive. l n L After reviewing and certifying the attached bid tabulation, Baker-Aicklen and Associates, Inc. and City staff recommend that Fazzone Construction Co., Inc. be awarded the contract for the construction of this project in the amount of $225,388.35. Fazzone's bid did include the vendors and suppliers as specified and required in the bid documents. Cost: $ $225,388.35 Source of Funds: General Self-Financed Construction ` Recommended Action: Approval ; t Q J F LLJ mj X °C u O w0 o � i e s i s=. City of Round Rock,Texas Contract Forms m Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor ,t � AGREEMENT made as of the h h (n4L of Y 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 z t and the Contractor Fazzone Construction Co.,Inc. ("Contractor") MoJix 4� 1302 West Blar*co Road San Antonio,TX 78232 2008 Windy Terrace Cedar Park,TX 78613 The Project is described as: Community Entry Gateway Signage Along IH-35(project , includes:site grading,structural retaining wall,embankment, specialty sculpted rock wall,pylon sign,rock masonry and ; minimal landscaping.) r 1 i The Engineer is: Baker-Aicklen&Associates,Inc. 507 W.Liberty Ave. Round Rock,TX 78664 is t 1 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: i l ARTICLE I THE CONTRACT DOCUMENTS h � 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 i 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. �F 00500 7-2012 Pagel of 5 Standard Form of Agreement 00196575 t' 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. 1 3.3 Contractor shall commence Work within ten 1( 0 ) calendar days from the date delineated in the Notice to Proceed.: . 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than one hundred twenty 1( 20 )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than one hundred twenty1( 20 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 1 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 and No/100 Dollars($250 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas, provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof) in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than one hundred thirty-two 132 )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 two hundred twenty-five thousand three hundred eight-eight dollars&35/100 ($225,388.35 ),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 1 TOTAL BASE BID(ITEMS 1.1 - 1.17) $ 218,727.85 BID ITEM A.1 13 889.70 BID ITEM A.2 20,550.20 CONTRACT SUM $ 225,388.35 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 IPayment 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. i 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by 1 Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract 1 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 a 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 t 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 g Q 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 21,2012 7.1.4 The Specifications are those contained in the Project Manual dated July 21,2012 7.1.5 The Drawings,if any,are those contained in the Project Manual dated July 21,2012 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated July 21,2012 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 21,2012 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: Leah J.Coffman,PE City of Round Rock 2008 Enterprise Dr Round Rock,TX 78664 8.3 Contractor's representative is: 3C,1'►w.c onm 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 t Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and l 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 O OUND ROCK,TEXAS Fazzone CTItruc o Co.,Inc. r Printed Name: µ Printed arae: Title Title: eS\ is Date Signed: I ' ' Date Signed: 4 ZTI ,- /Z- ATTEST: A , City Clerk FOR Y,APPROVE AS TO FORM: t City Attmey t E Page 5 of 5 t 1 Bond #105805144 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Fazzone Construction Co., Inc. of the City of San Antonio County of sexar , and State of Texasas Principal and Travelers casualty and surety Company of America 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 Two hundred twenty-five thousand three hundred eighty-eight & 35/100 Dollars ($ 225,388.35 ) 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 day of s.94 e,:;g-eKINZMLaW , 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: Community Entry Gateway Signage alonq IH35 (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 JJ length herein. I 00610 7-2009 Page I009 i Performance Bond 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 21st day of September -'20 12. Travelers Casualty and Surety Fazzone Construction Co_ , Inc. Company of America Principal _ Surety Joe Fazzone Linda K Edwards PrintedNa a Printe Name IL By: By: WQt` Title: 4eside2l 'Title; Attorney-in-Fact Address: 1302 West Blanco Road Address:9601 McAllister Freeway, Suite 900 San Antonio, TX 78232 San Antonio, TX 78216 Residence gent of Su ty: Signature Robert C Fricke Printed Name 7600-B N Capital of Texas Highway, Suite 200 Street Address Austin, TX 78731 City, State& Zip Code I Page 2 00610 7.2009 Performance Bond 00090656 s 1 s PAYMENT BOND Bond #105805144 t THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: 1 COUNTY OF WILLIAMSON § Count1 ThatFazzone Construction Co., Inc,. Of the City Of San Antonio County of Bexarand State of Texas as Principal, and Company o pay s Casualty and Surety Com el of America 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 Two hundred twenty-five thousand three hundred eighty-eight & 35/100 Dollars ($ 225,388.35 ) 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: WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated the Q4--t day of "__`-_L�fbl0" 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: Community Entry Gateway Signage Along IH-35 _ t (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, x 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 a. i Page 2 00620 7-2009 Payment Bond 00090656 s s s l i i PAYMENT BOND (continued) 1 a 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 z 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. l IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 21st day of September ,2012 , t It Travelers Casualty and Surety Company s Fazzone Construction Co. , Inc. of America Principal Surety Joe Fazzone Linda K Edwards Printed Na a Printed Na e By: By A.� A, .,.r%rl Title: esiden Title; Attorney-in-Fact Addr s: 1302 west Blanco Road Address: 9601 McAllister Freeway, Suite g00 San Antonio, TX 78232 San Antonio, TX 78216 Resident Agent of Surety: 17 S Signature # Robert C Fricke Printed Name 7600-B N Capital of Texas Highway, Suite 200 Street Address Austin, TX 78731 City, State &Zip Code l { G Page 2 00620 7-2009 Payment Bond € 00090656 a { Client#:4518 FAZCO DATE(MWOD/YYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE 9/18/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. € IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(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 Marsha Trasp X 134 Insurepointe of Texas,Inc. PHONE- -""— ---- --- FAX– — {wc No,Ext):71 -0022 {A/c,No713 964 0044_ 3 964 2909 Hillcroft Ste#600 E-MAIL mtraS Insure Olnte.COm Houston,TX 77057 nODREss_ _-_P@ p _ INSURERS)AFFORDING COVERAGE NAIC# 713964-0022 INSURER A:Texas Mutual Insurance Company 22945 INSURED INSURER B:America First Lloyds Insurance 11526 1 Fazzone Construction Company, Inc. INSURERC: 1302 W.Blanco INSURER D: _ g San Antonio,TX 78232 INSURER E: _ INSURER F: COVERAGES CERTIFICATE NUMBER: 12-13 CAU-EQF-WCO REVISION NUMBER: O 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 CONTRACTOR 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 ADDL WEIR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MMIDDIYYYY MM/DD/YYYY _ ) 7 GENERAL LIABILITY TO FOLLOW EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence_ $ CLAIMS-MADE Fl OCCUR MED EXP(Any one person)— PERSONAL 8 ADV INJURY IGENERAL AGGREGATE $ } GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ _ POLICY ECT _ LOC $ COMBINED SINGLE LIMIT I� I B AUTOMOBILE LIABILITY 24CC3028511 7/26/2012 07/26/2013 Ea accident 110001000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ - _. AUTOS .__-- AUTOS PROPERTYtDAMAGE - X HIRED AUTOS X AUTOS NON-OWNED {Per accident)_ $ _ UMBRELLA UABOCcuR TO FOLLOW EACH OCCURRENCE $ f EXCESS LIAB CLAIMS_-_MADE AGGREGATE $ DED RETENTION$ _ S WORKERS COMPENSATION WC STATU- OTH- A AND EMPLOYERS'LIABILITY SPP0001120588 7/26/2012 07/26/201 XEH ANY PROPRIETOR/PARTNERIEXECUTIVE Y I N E.L.EACH ACCIDENT ;$1,0100 ,000 OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE 000If yes,describe underE.L.DISEASE-POLICY LIMI'i 000,000 DESCRIPTION OF OPERATIONS below B Equipment Floater 04CC2261503 2/10/2012 02/10/2013 $100,000 Max Rent-Lease ' Rented/Leased $250.Deductible Equipment DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) r REF: Community Entry gateway Signage Along IH-35 project. Automobile policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status.The Workers Compensation and Automobile policies include a blanket automatic waiver of subrogation endorsement that provides this feature only when there is I (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION { ICit Manager SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y 9 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 221 E.Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE 1988-2 10 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S218587/M212811 MXT