Loading...
R-13-05-09-G4 - 5/9/2013RESOLUTION NO. R -13-05-09-G4 WHEREAS, the City of Round Rock has duly advertised for bids for the RTU Install & Enhancement 2013 Project, and WHEREAS, TraC-N-Trol, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of TraC-N-Trol, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with TraC-N-Trol, Inc. for the RTU Install & Enhancement 2013 Project. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 9th day of May, 2013. ATTEST: SARA L. WHITE, City Clerk 0Awdox\SCC1nts\0112\ 1304\MUNICIPAL\00273424.DOC/rmc City of Rou d Rock, Texas Kvl& d ifi�a'o, City of Round Rock 11ro-MMIMIN Agenda Item Summary Agenda Number: GA Title: Consider a resolution authorizing the Mayor to execute a contract with Trac -N -Trot, Inc. for the of Remote Terminal Unit (RTU) Installation & Enhancement 2013 Project. Type: Resolution Governing Body: City Council Agenda Date: 5/9/2013 Dept Director: Michael Thane, Director of Utilities and Environmental Services Cost: $192,217.00 Indexes: Self -Financed Water Construction Attachments: Resolution, Bid Tab, Letter of Recommendation Text of Legislative File 13-251 The City currently utilizes a number of Remote Terminal Units (RTUs) that are located at every pump station, storage tank, and lift station site in the Utility system. These RTUs allow the City to monitor tank levels, pump run times, etc. This project will replace an existing obsolete Front End Processor, thirty-four RTUs, and upgrade the City's software development/run time environments to increase data capabilities throughout the City by upgrading the radio system from 1200 baud to Ethernet. Upgrading the Water Supervisory Control and Data Acquisition system will ensure a safer and more up to date communication system in managing our Water Distribution system and Wastewater Collection system. There were two bidders that submitted bids for this project. TraC-N-Trot, Inc. submitted the low bid in the amount of $192,217 for the replacement/upgrade equipment. City staff will conduct the installation of this equipment at each of the sites. Staff recommends approval. City of Round Rock Page 1 Printed on 51212013 �-- t7 r Y ''3 Y00: p x OC a D\ cn � W N .- ,.. 00 0 0 ¢ ddda.a a. fD ddd w7� to G -. CLo O y;: `� c' �' y 41 CD C) a d CD CD 0 o C) C' a z> . C) z CD CD z: o� � y N O N W .. ro b W W .A ►C O y N w cosiLA Owo cam„ "00 ►ti : Ci �' 00 N tJ I'Di O n y 0 o a o a o o :: ' rA d s9 ds s96s r-19 m r � 00 k �' W t -j � N O vA A C) c000 c:> C) C:) O fb f W tr9 tf3 ►b X�o 0000 o00oeD �� y w a � 000 00 o o o a O W46S Z O 00 cn � a \O 00 O C:> 00 O C�h O O 0 O p O O 0 y •.� :::: O N ON O O O ;: ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. April 18, 2013 Michael Thane, P.E., Director City of Round Rock Utilities and Environmental Services Department 2008 Enterprise Drive Round Rock, TX 78664 RE: CITY OF ROUND ROCK RTU Install & Enhancement 2013 Dear Mr. Thane: On Thursday, April 18, 2013 at 2:00 p.m. the City received and opened bids on the referenced project from two (2) very qualified. contractors. The bids received to construct the RTU Install & Enhancement 2013 project are summarized as follows: CONTRACTOR LOCATION BASE BID ALTERNATE BID Control Panels USA Austin, Texas $226,059.92 $120,650.02 TraC-N-Trot, Inc. Georgetown, Texas $192,217.00 $101,490.00 Please refer to the attached "Bid Tabulation" for a detailed accounting of the bids for these contractors. All required Certificates of Training, Safety Experience, and Bid Bond were included. I, David Freireich and the staff of the Utilities and Environmental Services Department have reviewed these two bids and recommend TraC-N-Trot, Inc. be awarded the construction contract in the base bid only in the amount of $192,217, and the City of Round Rock elects to exclude the Mayor work to be accomplished in the add alternate. Alan McGraw This award amount is below the initial engineer's estimate for construction for this project. The Mayor Pro -Tem original engineer's estimate for this project was $400,000. Kris Whitfield Councilmembers Should you have any comments or questions, please do not hesitate to call. Craig Morgan George White Joe Clifford Carlos T. Salinas John Moman Cordially, City Manager Steve Norwood City Attorney David Freireich, P.E. Stephan L. Sheets State of Texas License Registration #65466 Sr. Utility Engineer City of Round Rock CITY OF ROUND ROCK UTILITIES AND ENVIRONMENTAL SERVICES DEPT., 2oo8 Enterprise Drive • Round Rock, Texas 78664 Phone 512.218.5556 4 Fax 512.218.5563 4 www.roundrocktexas.gov EXECUTED ORIGINAL DOCUMEN15 FOLLOW 12-ts-o5,409- C-.1 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 day ofin the year 20L . BETWEEN the Owner: City of Round Rock, Texas (hereafter "Owner" or "City") 221 East Main Street Round Rock, Texas 78664 and the Contractor �✓��- n _r/19 ( C o SDS ("Contractor") 7 The Project is described as: RTU INSTALL & ENHANCEMENT PROJECT - 2013 The Engineer is: Don Rundell P.E. Chief Utility Engineer City of Round Rock 2008 Enterprise Round Rock, Texas 78664 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 8-2012 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 from the date delineated in the Notice to Proceed. ( 10 ) calendar days 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than thirty ( 30 ) 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 -ten( 110 ) 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 Five Hundred and No/100 Dollars ($ 500 ) 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 ( 130 ) 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 Hundred Ninety-two Thousand Two Hundred Seventeen Dollars ($_192,217 ), 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: 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 March 2013 7.1.4 The Specifications are those contained in the Project Manual dated March 2013 7.1.5 The Drawings, if any, are those contained in the Project Manual dated March 2013 7.1.6 The Insurance & Construction Bond Forms of the Contract are those contained in the Project Manual dated March 2013 7.1.7 The Notice to Bidders, Instructions to Bidders, Bid Form, and Addenda, if any, are those contained in the Project Manual dated March 2013 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: Attachment A 00500, Attachment A 01000 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: 8.3 Contractor's representative is: Jeff Bell / John Alligood Project Manager / Utility System Integrator 2008 Enterprise Round Rock, Texas 78664 �tC-n Til .3;-t . 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 CITY IWR 0, CK, TEXAS G. Printed Name: C4/AYI1 Title�— Date Signed: ATTEST: 0111 fi Dft ll . City Clerk `� FOR ,APP OVE AS TO FORM: City Att ney CONTRACTOR C Printed Name: O24 r 10 Title: p NG S Date Signed: 4 - Z4 ` ZO 13 Page 5 of 5 PERFORMANCE BOND Bond No. 5159043 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON 6 That TraC-n-Trol,Inc. of the City of Georgetown County of Williamson , and State of Texas , as Principal, and SureTec Insurance Co authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of One Hundred Ninety Two Thousand Two Hundred Seventeen Dollars and 00/100 ---------------- Dollars ($ 192,217.00_______) 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 - '4`92day of 7i �j4Vie , , 20 13 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: RTU Install & Enhancement Project 2013 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 Bond 00090656 i 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 25th day of April 12013 . Principal Surety TraC-n-Trol,Inc. SureTec Insurance Company Printed Name Printed Name By: ZA2a 3rz��rJ Title: _ M U-- sk (�" o— Address 40200 Industrial Park Circle Georgetown,TX. 78626 J 00610 7-2009 00090656 Page 2 By: Sandra J Batchelor Title: Attorney -in -Fact Address: 1330 Post Oak B1vd.,S.1100 Houston,TX. 77056 Performance Bond Re ' t Agent urety: Signature AIA Insurance Agency,Inc. Printed Name 421 E Hickory 5.100 Street Address Denton,TX. 76201 City, State & Zip Code J 00610 7-2009 00090656 Page 2 By: Sandra J Batchelor Title: Attorney -in -Fact Address: 1330 Post Oak B1vd.,S.1100 Houston,TX. 77056 Performance Bond THE STATE OF TEXAS COUNTY OF WILLIAMSON That TraC-n-Trol,lnc. PAYMENT BOND Bond No. 5159043 KNOW ALL MEN BY THESE PRESENTS: of the City of Georgetown County of Williamson, and State of Texas as Principal, and SureTec Insurance Co. 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 Hundred Ninety Two Thousand Two Hundred Seventeen Dollars and 00/100---------------------------------------- Dollars ($ 192,217.00 ) 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: WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated the Uth 4'n1 day of AW �RAVW-) , 2013 , 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 RTU Install & Enhancement Project 2013 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. Page 2 00620 7-2009 Payment Bond 00090656 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 WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 25th day of April 2013. Principal TraC-n-Trol,lnc. Printed Name Surety SureTec Insurance Company Printed Name By: L)l r2 By: Sandra J Batchelor Title: Attorney -in -Fact -- Title: Attorney -in -Fact Address: 4p70p Tndugi ria1 Park Cr. Address: 1330 Post Oak Blvd S. 1100 Georgetown,TX. 78626 Houston,TX. 77056 ident Age" Aurety: Signature / AIA Insurance Aqency,lnc. Printed Name 421 E Hickory S. 100 Street Address Denton,TX. 76201 City, State & Zip Code 00620 7-2009 Page 2 00090656 Payment Bond AoRD CERTIFICATE OF LIABILITY INSURANCE [41DA91E2013 DD/YYYY) 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. 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(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Higginbotham Insurance Agency, Inc. P. O. Box 3087 McKinney TX 75070 NCONTCT AME: Melinda H4x PHONE FAX - A/C No: A"DaESS:mbix0hogainbotham net INSURE S AFFORDING COVERAGE NAIC p LIMITS INSURER A -Ohio Casualty Insurance Company GENERAL LIABILITY INSURED DANIE26 TraC-n-trol, Inc. Daniel & Brown, Inc. LD Technologies P. O. Box 5056 Georgetown TX 78627 INSURER B West American Insurance Com INSURER C : INSURER D: INSURER E: INSURER F: 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. ILTR TYPE OF INSURANCE DDL B WVD POLICYNUMBER POLICY EFF MMIDD POLICY EXP MMIDO/YYYY LIMITS A GENERAL LIABILITY K053089445 /1/2012 /1/2013 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence) $100,000 MED EXP (An one person) $10,000 CLAIMS -MADE FX OCCUR PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 POLICY PRO X LOC $ B AUTOMOBILE LIABILITY BAW53089445 /1/2012 /1/2013 Ea accident $1,000,000 X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS AUTOS X HIREDAUTOS X NON -OWNED AUTOS PROPERTY DAMAGE $ Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS UAB CLAIMS -MADE AGGREGATE s DED RETENTIONS 1 $ A WORKERS COMPENSATION /1/2012 /1/2013 X WC STATU- OTH- AND EMPLOYERS, LIABILITY Y / N I E.L. EACH ACCIDENT $1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N I A [WS53089445 E.L. DISEASE - EA EMPLOYE $1,000,000 (Mandatory In NH) If yes, describe under E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below A Misc. Equiprnent - Spl Causes - incl. theft BKO53089445 /1/2012 /1/2013 Limit $46,994.32 Deductible $500 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re:City of Round Rock Public Works RTU Install & Enhancement Project (2013) The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability and Professional Liability. Should any of the above described policies be cancelled or changed before the expiriation date therof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. City of Round Rock, Texas 221 E. Main Street Round Rock TX 78664 ACORD 25 (2010/05) IV full-VOY111clit SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 4Q W TyCi{-Zulu ACOKU CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD