Loading...
Contract - Joeris General Contractors - 12/17/2015 City of Round Rock, Texas Contract Forms Standard Form of Agreement for Competitive Sealed Proposal: N Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the ((1)day of December in the year 2015. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"Cites) 221 East Main Street Round Rock,Texas 78664 and the Contractor Joeris General Contractors,Ltd."Contractor") 823 Arion Parkway San Antonio,Texas 78216 The Project is described as: Design and Construction of a new Multipurpose Field Complex and Improvements to the Existing;Soccer Complex at Old Settlers Park,Round Rock,Texas. The Engineer is: Schrickel,Rollins and Associates,Inc. 1161 Corporate Drive West,Suite 200 Arlington,Texas 76006 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 7. 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 Page 1 of 6 Standard Form of Agreement 00348065/ss2 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. I3.2 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 entire Work no later than Six Hundred Nine,-Six 696 calendar days from the 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 One Thousand and No/100 Dollars ($1,000.00) 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 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 Six Hundred Ninety-Six(696) calendar days from the 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 Twenty-Two Million Nine Hundred Ninety-Four Thousand Nine Hundred Seventy-Three and no/100 Dollars($22,994,973.00),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: Accented Alternates and Post-Proposal Negotiated Items Attached as Addendum#1 Page 2 of 6 � 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 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. Page 3 of 6 r 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. 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 for Competitive Sealed Proposals,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 December 3,2015. 7.1.4 The Specifications are those contained in the Project Manual dated December 3,2015. 7.1.5 The Drawings,if any,are those contained in the Project Manual dated December 3,2015. 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated December 3,2015. 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated December 3,2015. 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: Accepted Alternates and Post-Proposal Negotiated Items attached as Addendum#1 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. M 8.2 Owner's representative is: David Buzzell Assistant Director,Parks and Recreation Department 301 W.Bagdad Avenue,Suite 250 Round Rock,TX 78664 Page 4 of 6 8.3 Contractor's representative is: Burton Hackney Joeris General Contractors.Ltd 823 Arion Parkway, San Antonio,Texas 78216 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. 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. [Signatures on the following page.] i Page 5 of 6 T OWNER CONTRACTOR CI OF UND R09K,TEXAS JOERIS GEN RS,LTD. 4 G Printed Narne:,aaK Printed Name:J s Gro Inc. eneral Partner /� G Joeris,P esident Title I�la�� Title: wDate Signed: tL. •�� Date Signed: 12-10-15 ATTEST: City Clerk 4FORCAAPP OVED STO FORM: Page 6 of 6 ADDENDUM#1 POST-PROPOSAL NEGOTIATED ITEMS Herein are the changes to scope and pricing resulting from post proposal negotiated modifications to the Drawing and Specifications issued for the City of Round Rock OSPV Multipurpose Field Complex and Soccer Complex Improvements Project, in Round Rock, Williamson County, Texas. A. This Addendum #1 containing the Post-Proposal Negotiated Items shall be considered part of the Standard Form Agreement and Contract Documents for the above-referenced Project. Where provisions of the following supplementary data conflict with those in any other of the Contract Documents, this Addendum#1 shall govern and take precedence. B. Joeris General Contractors (the "Contractor") shall make all necessary adjustments set forth this Addendum #1. This document shall be attached to the Standard Form Agreement as an Exhibit and included in the Construction Project Manual as part of the Construction Documents. C. The Original Proposal Amount was $22,999,000.00. The agreed upon alternates,value engineering (VE) items and/or scope modifications are as follows: 1. City ACCEPTS Alternate#1 described in the Contractor's Proposal Form for an addition in the Original Proposal Amount of$201,000.00. 2. City ACCEPTS the following VE items attached as Exhibit "A" to this Addendum: a) VE-5.01 [change Ornamental handrails] - $38,27 b) VE-8.01 [Use PGT SGD780 Impact Resistant doors sliding doors in lieu of Weiland Lift Slide System] - $57,05 c) VE-26.01 [Electrical Changes— Shared trench evacuation] - $33,95 d) VE-26.03 [Delete Site Lighting along South Park Road associated with Alternate#1] -$27.974 e) VE-31.01 [Onsite spoils used for grading at Rock `N River site] -$34.452 f) VE-32.01 [Block Retaining Wall] -$21.883 g) VE-32.02 [Fence Design Changes] -$49,83 3. The artificial turf manufacturer and system that shall be included in the scope is FieldTurf XT-57 Slit Film for Fields#7-10 and FieldTurf XM-57R Revolution w/ 3-layer infill for Field#1 [VE-32.08]. All other artificial turf specifications included in the project manual shall be included in the scope. +$58,38 4. The Final Negotiated Amount is $22,994,973.00 for a Net Savings from Original Proposed Amount of$4,027.00. EPW- OSP Sports Complex V .JOERIS Value Engineering Approved VE Items (205,027) Pending VE Items Total Approved i Pending VE Items (205,027) j Total VE Owner Decision VE Mem# Description VE Amount Rejected Pending Accepted Comments Division 3 VE3.01 Stained concrete bands in front of dub house removed (8,314) DMalon 5 VE-5.01 Change Ornamental handrails (38,276)Stainless steel cabling from 1/4'to 1/8' Division 8 VE-8.01 Use PGT SGD780 Impact Resistant doors sliding doors In (57,050)See attached documentation on PGT Winguard system.The Winguard lieu of Weiland Lift slide System system will be recessed to produce a TAS compliant track and will include a drainage system.Prior to final approval of this VE item a detail by Glass Contractor will be approved by the Architect. Division 14 +JF-14.01 Elevator manufacturers changes (7,117) Use ThyssenKrupp 130FPM without s padfied AIC unit and machine room needs to be adjacent to hoist way. See attached Thyssent(rupp qualifications. Division 26 VE-26.01 Electrical Changes (32.00) Aluminum conductors for Musco Circuit Summary by Pole.Alterman cross referenced copper amp capacity to aluminum amp capacity and adjusted pipetwire size accordingly.Adjusted termination methods included. VE-26.02 Electrical Changes (33,950)Shared trench excavation.Combined trench with Site lighting,service feeders,branch power conduits and low voltage conduits where applicable.Minimum 12"sand separation still applies between power/communications.This does not include Oncor Primary Service excavation/scope of work in any way. VE-26.03 Delete Site Lighting along South Park Road shown in (27,974) AMemate#1 Division 31 VE-31.01 Onsite spoils used for grading at Rocking River site (34,452)Ranger has disposed of their soils to a nearby site,this is the balance of spoils from other trades. The spoils area will be over approximately two(2)acres and will be shaped and revegetated. No imported topsoil will be brought to spoil site. Division 32 VE32.01 Block Retaining coati's(see attached detail) (21,083) VE-32.02 Fence design changes (49,830)To Switch from the 8'Design Master Contempo 868 welded wire fence to an 8'tall 9gs.core/6ga.finish 2"diamond black vinyl coated chain link,3" terminal posts set in a 12"wide x 48"deep concrete footing without rebar,2 3/8"line posts spaced 10'on center and set in a 12"wide x 48" deep concrete footing without rebar,1 5/8"top rail,7ga.bottom tension wire,1-4'manual walk gate with 6"gate posts set in a 12'wide x 48" deep concrete footing,10-12'manual double drive swing gates with 6" gate posts and set in a 12"wide x 48"deep concrete footing. There will no changes to the Ameristar Decorative Fencing and all Ameristar will remain as drawn. VE-32.03" Fence design changes (2,768) remove all of the rebar from the ornamental fence post footings(Fence Posts and Gates Posts) V632.04 Fence design changes (4,446) Go to Ameristar recommended minimum width and depth hole for the 4" fence posts(footing would now be 16"wide x 36'deep) VE-32.55 Fence design changes (7,576) Use Amerister made gate posts,follow Ameristar's recommended gate post sizes for each gate leaf,and use a 24"wide x 48"deep concrete footing for each gate post VE-32.06 Reduce 8'x 4'tree hole to standard 42'x 28' (10,479) VE-32.07 Swtich Ar88dal Turf Subeontraetor to Hellas (60,000) Will include Velocity by Hellas turf product at all fields. Must accept Hellas manufacturered Grasso product at Plaza areas. VE32.08 Field Turf XT-57 at field.7-10 and Field Turf XM-57R at 58,388 dwnpionship field Base Bid VE Totals - (133,600) - (205,027) Exhibit "A" 12015 Page 1 of 1 PERFORMANCE BOND Bond No. 106318106 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Joeris General Contractors, Ltd. of the City of San Antonio County of Bexar and State of Texas as 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 Twenty-Two Million Nine Hundred Ninety-Four Thousand Nine Hundred Seventy-Three and 00/100--------------- Dollars ($ 22,994,973.00 ) 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 entere into a c rtain written Agreement with the Owner dated the IL 4 &,- day of L1CC64V,,L 20l 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. a New Multipurpose Field Complex and Improvements to the Existing Soccer Complex at Old Settlers Park,Round Rock,Texas 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 Bond r 00090656 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 WH REOFte said Principal and urety havsigned and sealed this instrument thi6&& day of , 20 /-S' .14jopris-Gene r ontractors, Ltd. Travelers Casualty and Surety Company of Arnerica fyh X6,61 Surety -Print e Printed Name r gy. rVL. By: Paul W. Poettgen ` r1 .,• . Tltlesident,Joeris Group,Inc.,General Partner Title: Attorney-in-Fact • Address: 823 Arlon Parkway Address: One Tower Square San Antonio,Texas 78216 Hartford,CT 06183 Resident Agent of Surety: Pf I" Signature Harding-Conley-Drawert-Tinch Insurance Agency,Inc. Printed Name 2161 NW Military Hwy., Suite 210 Street Address San Antonio Texas 78213 City, State &Zip Code 00610 7-2009 Page 2 Performance Bond 00090656 PAYMENT BOND Bond No. 106318106 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Joeris General Contractors, Ltd. , of the City of San Antonio County of Bexar , and State of Texas as Principal, and Americas Casualty and Surety Company of 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 Twenty-Two Million Nine Hundred Ninety-Four Thousand Nine Hundred Seventy-Three and 00/100 Dollars ($ 22,994,973.00 ) 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: WHEREA , the,Principal s entered into a ce ain written Agreement with the Owner, dated the,SE�PI'lP_P�1y/7, day of DWn� , 20 'to which Agreement is hereby referred to and tCade a part hereof as fully and to the same extent as if copied at length herein consisting of: a New Multipurpose Field Complex and Improvements to the Existing Soccer Complex at Old Settlers Park,Round Rock,Texas A the 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. Page 1 00620 7-2009 Payment Bond 00090656 R 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 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 WITNES WHE F, the aid Princip 1 and Surety have signed and sealed this Instrument this ay of ,201 Joeris G�i r•al C tracto , Ltd. Travelers Casualty and Surety Com an ..oldicar� POnciSurety Panted'_ Printed Name By: V B Paul W. Poett en y G2 i.Joeris Y 9 ^r .l L 4YPJesident,Joeris Group,Inc.,General Partner Title: Attorney-in-Fact ,Qr`eSs* 823 Arlon Parkway Address: one Tower Square San Antonio,Texas 78216 Hartford CT 06183 Resident Agent of Surety: >,r Signature Hard ing-Conley-Drawert-Tinch Insurance Agency,Inc. Printed Name 2161 NW Military Hwy., Suite 210 Street Address San Antonio,Texas 78213 Page 2 00620 7-2009 Payment Bond 00090656 DATE(MMIDDIYYYY) ,4�" CERTIFICATE' OF PROPERTY INSURANCE 12/16/2015 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. If this certificate is being prepared for a party who has an insurable interest in the property,do not use this form. Use ACORD 27 or ACORD 28. CONTACT Christal Daniel PRODUCER NAME: IBTX Risk Services SAT FAX PHONE AIC No Ext: (210) 696-6688 AIC No:(210) 696-8414 10101 Reunion Place Suite 100 E-MAIL ADDRESS: service@ib-tx.com San Antonio TX 78216 PRODUCER CUSTOMER 30655 INSURERS AFFORDING COVERAGE NAIC# INSURED (210) 494-1638 INSURERA: Hanover Insurance Company 22292 Joeris General Contractors, Ltd. INSURER B: 823 Arion Parkway INSURER C: INSURER D: San Antonio TX 78216 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER:Cert ID 19580 REVISION NUMBER: LOCATION OF PREMISES/DESCRIPTION OF PROPERTY(Attach ACORD 101,Additional Remarks Schedule,if more space is required) THE I POLICIES HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE NDICATED.CNOTIWTHSTANDING ANYREQUIR MENT, TERM OR CONDITION VOPOLICYR THE OS IONOF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH T 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. POLICY EFFECTIVE POLICY EXPIRATION COVERED PROPERTY LIMITS INSR TYPE OF INSURANCE POLICY NUMBER DATE(MMIDDIYYYY) DATE(MMIDD/YYYY) LTR BUILDING $ PROPERTY PERSONAL PROPERTY $ CAUSES OF LOSS DEDUCTIBLES BASIC BUILDING BUSINESS INCOME $ EXTRA EXPENSE $ BROAD CONTENTS SPECIAL RENTAL VALUE $ BLANKET BUILDING $ EARTHQUAKE BLANKET PERS PROP $ WIND BLANKET BLDG&PP $ FLOOD $ $ A X INLAND MARINE TYPE OF POLICY X Occurrence $ 50,000,000 CAUSES OF LOSS Builders Risk X Frame $ 5,000,000 NAMED PERILS POLICY NUMBER $ X O en Perils IHD-A451231-01 11/1/2015 11/1/2016 $ CRIME $ TYPE OF POLICY $ BOILER&MACHINERY I $ j l EQUIPMENT BREAKDOWN $ ILI� $ SPECIAL CONDITIONS I OTHER COVERAGES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE: OSP Multipurpose Field & Soccer Complex Improvements (Joeris Project #16010) CERTIFICATE HOLDER CANCELLATION 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 ©1995-2009 ACORD CORPORATION. All rights reserved. ACORD 24(2009/09) The ACORD name and logo are registered marks of ACORD