CM-2019-0094 - 4/5/2019CITY OF ROUND ROCK AGREEMENT FOR
DRAINAGE INSTALLATION AT FOREST CREEK GOLF COURSE
WITH
FLEETWOOD SERVICES, LLC
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
§
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
KNOW ALL BY THESE PRESENTS:
THAT THIS AGREEMENT for the purchase drainage installation services at Forest
Creek Golf Club located in Round Rock, Texas, and for related goo nd services (referred to
herein as the "Agreement"), is made and entered into on this the' day of the month of
jja,n r rc; 2019 by and between the CITY OF ROUND ROCK, a Texas home -rule municipality,
whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to
herein as the "City"), and FLEETWOOD SERVICES, LLC, whose offices are located at 4311
Willow Street, Dallas, Texas 75226 (referred to herein as "Services Provider").
RECITALS:
WHEREAS, City desires to purchase certain services, drainage installation services for
the Forest Creek Golf Club, and City desires to procure same from Services Provider; and
WHEREAS, City issued a Request for Quote on January 28, 2019 for said services; and
WHEREAS, based on the Services Provider's response to the Request for Quote issued
by City, City desires to award said services to Services Provider as set forth herein; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
0 M -2 -Dl q-
004201351ss2
i. F.
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Services Provider
whereby City is obligated to buy specified services and Services Provider is obligated to provide
said services. The Agreement includes the City's Request for Quote dated January 28, 2019 and
the Service Provider's Proposal dated February 12, 2019, both documents attached as Exhibit
"A" and incorporated herein by reference for all purposes.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
U. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods mean the specified supplies, materials, commodities, or equipment.
F. Services mean work performed to meet a demand or effort by Services Provider
to comply with promised delivery dates, specifications, and technical assistance specified.
2.01 EFFECTIVE DATE, TERM, PRICES FIRM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. This Agreement shall terminate upon the successful completion of services
described in Exhibit "A," which shall occur within thirty (30) days of the effective date of this
Agreement.
C. Prices shall be firm for the duration of this Agreement. No separate line item
charges shall be permitted for invoicing purposes, including but not limited to equipment rental,
demurrage, costs associated with obtaining permits, or any other extraneous charges.
D. City reserves the right to review the relationship with Services Provider at any
time, and may elect to terminate this Agreement with or without cause or may elect to continue.
10,r
3.01 CONTRACT DOCUMENTS AND EXHIBITS
The goods and services which are the subject matter of this Agreement are described in
Exhibit "A" and, together with this Agreement, comprise the Contract Documents. Any
inconsistencies or conflicts in the contract documents shall be resolved by giving preference to
the terms and conditions set forth in pages one (1) through nine (9) of this Agreement.
4.01 SCOPE OF WORK
Services Provider shall satisfactorily complete all services described in Services
Provider's Proposal, attached hereto as a part of Exhibit "A".
This Agreement shall evidence the entire understanding and agreement between the
parties and shall supersede any prior proposals, correspondence or discussions.
Services Provider shall satisfactorily provide all deliverables and services described in
Exhibit "A" within the contract term specified. A change in the Scope of Services or any term of
this Agreement, must be negotiated and agreed to in all relevant details, and must be embodied in
a valid Supplemental Agreement as described herein.
5.01 CONTRACT AMOUNT
In consideration for the deliverables and services related to the deliverables, the City
agrees to pay Services Provider Nineteen Thousand Three Hundred Forty and No/100
Dollars ($19,340.00) for the goods and services set forth in Exhibit "A."
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Services Provider;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
I
1?r,
giving Services Provider a written notice of termination at the end of its then current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Services Provider will be made within thirty (30) days of the day on which City receives the
performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the
day on which the performance of services was complete, or within thirty (30) days of the day on
which City receives a correct invoice for the performance and/or deliverables or services,
whichever is later. Services Provider may charge interest on an overdue payment at the "rate in
effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance
with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not
apply to payments made by City in the event:
A. There is a bona fide dispute between City and Services Provider, a contractor,
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Services Provider and a subcontractor or
between a subcontractor and its supplier about the goods delivered or the service
performed that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on the
purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Services Provider, cancel this Agreement without liability
to Services Provider if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or
representatives to any City officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Services Provider may be subject to penalties stated
in Title 8 of the Texas Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Services Provider's charges.
a
F
11.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Services Provider cannot provide the goods as specified, City reserves the right and
option to obtain the products from another supplier or suppliers
12.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Brian Stillman
Sports Facilities & Operations Manager
Sports Management and Tourism
221 East Main Street
Round Rock, Texas 78664
(512) 218-6607
13.01 INSURANCE
Services Provider shall meet all City of Round Rock Insurance Requirements as set forth
at: http.,ie"www.roundrocktexass.eov/wn-content,-uriloadsi2014/12icorr insurance 07:70112.ndf.
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Services Provider abandons or defaults under this Agreement and is a cause of City
purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the
difference in cost, if any, and that it will not be considered in the re -advertisement of the service
and that it may not be considered in future bids for the same type of work unless the scope of
work is significantly changed.
Services Provider shall be declared in default of this Agreement if it does any of the
following:
A. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
Jr-
B. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
16.01 TEIR.MINATIQN AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Services
Provider.
B. In the event of any default by Services Provider, City has the right to terminate
this Agreement for cause, upon ten (10) days' written notice to Services Provider.
C. Services Provider has the right to terminate this Agreement only for cause, that
being in the event of a material and substantial breach by City, or by mutual agreement to
terminate evidenced in writing by and between the parties.
D. in the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Services Provider,
Services Provider shall discontinue all services in connection with the performance of this
Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such
orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice
of termination, Services Provider shall submit a statement showing in detail the goods and/or
services satisfactorily performed under this Agreement to the date of termination. City shall then
pay Services Provider that portion of the charges, if undisputed. The parties agree that Services
Provider is rot entitled to compensation for services it would have performed under the
remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Services Provider shall defend (at the option of City), indemnify, and hold City, its
successors, assigns, officers, employees and elected officials harmless from and against all suits,
actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any
and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of
Services Provider, or Services Provider's agents, employees or subcontractors, in the
performance of Services Provider's obligations under this Agreement. no matter how, or to
whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or
Services Provider (including, but not limited to the right to seek contribution) against any third
party who may be liable for an indemnified claim.
6
hr.
18.01 COM-kNCE WITH LAWS, CH.A.RTER AND ORDINANCES
A. Services Provider, its agents, employees and subcontractors shall use best efforts
to comply with all applicable federal and state laws, the Charter and Ordinances of the City of
Round Rock, as amended, and with all applicable rules and regulations promulgated by local,
state and national boards, bureaus and agencies..
B. Services Provider acknowledges and understands that City has adopted a Storm
Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14139
through 14152 of the City's Code of Ordinances, to manage the quality of the discharges from
its Municipal Separate Storni Sewer System (N. IS4) and to be in compliance with the
requirements of the Texas Commission on Environmental Quality (TCEQ) and the Texas
Pollutant Discharge Elimination System (TPDES). The Services Provider agrees to perform all
operations on City -owned facilities in compliance with the City's Illicit Discharge Ordinance to
minimize the release of pollutants into the MS4. The Services Provider agrees to comply with of
the City's stormwater control measures, good housekeeping practices and any facility specific
stormwater management operating procedures specific to a certain City facility. In addition, the
Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load
(TMDL) Requirements and/or I -Plan requirements.
C. In accordance with Chapter ?770, Teas Government Code, a. governmental entity
may not enter into a contract with a company for goods or services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott
Israel and will not boycott Israel during the term of this contract. The signatory executing this
Agreement on behalf of Services Provider verifies Services Provider does not boycott Israel and
will not boycott Israel during the term of this /Agreement.
19.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect -to the terms of this Agreement, Neither party shad
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party,
20.01 NOTICES
Ail notices and ether communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
When delivered personally to the recipient's address as stated in this Agreement;
or
nr
IL Three (3) days after being deposited in the united States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Services Provider:
Fleetwood. Services, LLC
4311 Willow Street
Dallas, TX 75226
Notice to City:
City Manager Stephan L. Sheets, City AMmey
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Services Provider.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
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.
22.01 EXCLUSIVE AGREEMENT
This document, ani_' all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council_
2101. DISPUTV. RESOLk (TION
City and Services Provider 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 any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void. shall to no
k
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Services Provider represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Services Provider understands and agrees that time is of the
essence and that any failure of Services Provider to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Services Provider shall be fully responsible for its delays or for failures to use best efforts in
accordance with the terms of this Agreement. Where damage is caused to City due to Services
Provider's failure to perform in these circumstances, City may pursue any remedy available
without waiver of any of City's additional legal rights or remedies.
Force Majeure. Neither City nor Services Provider shall be deemed in violation of this
Agreement if it is prevented from performing any of its obligations hereunder by reasons for
which it is not responsible as defined herein. However, notice of such impediment or delay in
performance must be timely given and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures appear on the following page.]
LN W{TNESS WHEREOF, City and Services Provider have executed this Agreement Qn
the dates indicated.
City of Round Rock, 'Ueaas
By:4Na
Prin7
jr!J-*4 wl H1
Title: Aw, Mir I40� 47
Date Signed: - S - I `i
Attest:
By: f
Sara L. White, City Cleric
For City, Approved
By:
, Ci Attorney
4ffiw�e t'i4)%f ita>
Fleetwood Services, LLC
By: %&&
Printed Name: I iH- 411-4
Title: O urn.•
Date Signed:
e
ROUND ROEX TEXAS
FLEE 11.11
4311 111LL81i $1
City of Round Rock, Texas B AL L Af .; K 75119
Request for Quote
RFO*
PMducVSWVk*
Fatest Creek Goff Club
ore
DMInsp_P
Date bwed: 01128/2019
Quaft Due lay
2/12/2819 @ 4:00 pan.
t,'Ity Contact Odm Minim
Colact Piotsi 9
512-21641607
•i:rnail Address: bst6lmanWoundrodktevcss.gov
Deparowrd Hants
Sports Monagernerd and
Tourism
I Delivery Address: I Forest Creek Goff Club. 99 Twin Ridge Pkwy. Round Rads, Tx 78664 1
kStr3Mctlgn1Jor ftM to oris Rmmat for Owls;RFM
This is a Request for Quote and not an order.
l = t z717-MUM:!i! =
Prajed Description: The City of Round mock is seeking quotas for sudhace drainage rnsWatrot[ ler Wird beth' and odw
slow drainage areas at the Forest Creek Golf Club.
Scope of Service Requested:
Selected vendor will provide labor„ equipment. and materia! required. to property dtainseverai tdentifledsfow drainage
areas am Forest traa;k Ga Cltub.
The following materials and quantities are fisted in this proposal as suggestion only. it will be the MMnsibiiity of each
bldift tractor to take-Omir own nmasurementSand PrOMIg 22RIMRd= MJ1JdJWW&aWM Wftln
% 800 Fact V ACAS Perforated Pipe
• 100 Feet 4r ADS t+ed
• t8j lY Metal Drain Basins
This bid Is to include all demo and disposal of demo materials. it is also to include the'replacement In kind' of any
permanent materials damaged as a result of the work (ex. cart paths).
In the event the awarded cwMmctor makes art met `n their it *M refoAln dura:
responsibility of that contractor to complete the project In €Til at the total prke as listed an the Submitted quote.
Notice to 9lddm: A "PRE4e10 MEETINT, will be held on-site at Forest Creek Golf Club on ly2sh- v. lFebnsarp 5. 2U9.
IM a.rua_ Ag Contractors Wterested to !tr ding this lob are reams to W&MA the pre' id n w-edvg- The City beg+eves tt v ft!
be dlflicsslt for a contractor to quantify the scope and provide an accurate quote withmst Irspec ft the wash area.
At this meeting. the scope and process for this job will again be discussed, and Interested bidders will be able to Inspect
the areas and tape measurements to establish their pricing far bidding.
Pralect Timek m. After award of contract/Po; the select ed contractor will be required to complete all work an the project
within four weeks.
Form Revised November 2017
Exhibit "A"
Wage
,on K'
:i.iiIJa -— aa&&.#
4311 WILLOW ST
QALLASM 75226
!t!1 i !:!1 ! 1_ ?.1'! !.1::1'. ! _�1'_ • 1.: ' ' i.l! I! _ I• 1:4 =,11 _ 7-717
W The City of Roemd Rods Stud Terms and Coniffn es and lrmMWtm Regedremots are hereby
incorporated into this Request for Quots by reference, with dee same force and effect as If they were
incorporated in full text The full taxi versions of these doctmants are available. on the Internet at tate hyperlink: h! r`aananu •nL.r.,-�tr
■ The City reserves the fttd to determine "or equar status. Quotes may be withdrawn at any time prior bathe
official dosing by written notfiication. Quotes may not be altered, amended or withdrawn after the offidaf
dosing.
In order to do businsss 90th the City of RaLrnd .Rm* plane .-igsler 1AM the CIWsVwxW Disse.. To
"aW, gala: httns!!caem� roc rzu� tell ruecP_r^.n:;�.'enclorsl a€aitfl as�x_
The City Is exempt from Federal Excise and State Sales Tax; therefore, tax mid not be included In ltts quoted
price.
• The City reserves the right to accept or reject, in part or wbde, any quota s d nM&d and to waive any miner
technicalities that are in the best interest of the City.
+ It Mwe m a conflict beween ti:te emit pine erid extended price, ttmurd psfmvA tafce precedmum-
t Ctuestiww. A8 quedions regardb'Pg RFQ No. SS -2019-0121k must be subrnitted in wrift to the City of Roam#
Sports Management and Tourism Department to the attention of Briars StMmanr by Thursday, 2W11% @ 4.00
pin. aL bsl gonan&auundracktexas you
assn #
tbam motion
P.0dUCV391ertoe
Forest Cnok Golf M&
RiFM
Bg X18 -Q128
n:
Dfainame project I
!t!1 i !:!1 ! 1_ ?.1'! !.1::1'. ! _�1'_ • 1.: ' ' i.l! I! _ I• 1:4 =,11 _ 7-717
W The City of Roemd Rods Stud Terms and Coniffn es and lrmMWtm Regedremots are hereby
incorporated into this Request for Quots by reference, with dee same force and effect as If they were
incorporated in full text The full taxi versions of these doctmants are available. on the Internet at tate hyperlink: h! r`aananu •nL.r.,-�tr
■ The City reserves the fttd to determine "or equar status. Quotes may be withdrawn at any time prior bathe
official dosing by written notfiication. Quotes may not be altered, amended or withdrawn after the offidaf
dosing.
In order to do businsss 90th the City of RaLrnd .Rm* plane .-igsler 1AM the CIWsVwxW Disse.. To
"aW, gala: httns!!caem� roc rzu� tell ruecP_r^.n:;�.'enclorsl a€aitfl as�x_
The City Is exempt from Federal Excise and State Sales Tax; therefore, tax mid not be included In ltts quoted
price.
• The City reserves the right to accept or reject, in part or wbde, any quota s d nM&d and to waive any miner
technicalities that are in the best interest of the City.
+ It Mwe m a conflict beween ti:te emit pine erid extended price, ttmurd psfmvA tafce precedmum-
t Ctuestiww. A8 quedions regardb'Pg RFQ No. SS -2019-0121k must be subrnitted in wrift to the City of Roam#
Sports Management and Tourism Department to the attention of Briars StMmanr by Thursday, 2W11% @ 4.00
pin. aL bsl gonan&auundracktexas you
assn #
tbam motion
Quarmy
Unkol
Total Prim
1
Base Bid - 5 lied Arses on Uap:
(10 Pim 14fary. t&Tae, W Ter,
18T
t
Lot
S iWo
2
AddlAft #1' lis Tee
#
Lot
$
3.
AddlAtt oz 1! Tee
1
Lot
S
4-
AddlAtt m- is Green.
#
Lar
s3 64D
ZrardaToftr
I 5 AVa
Vendor Contact information and Signature
( Vendor Nance
j f r- iti C
Name of Sates Conta t
F%e.& waren
Authorized Signature:
�9�.
Date.
Email Address:IEZ"TW
r ?/
Form Revised November 7017
Exhibit "A"
ZIPage
0
JOUUBDSWBO Lp!m Pauums
a...
... . ......... . . ..
: L:A tv A 11
ri rrnArnnn rrmrir-rr
4311 WILLOW ST.
DALLAS, TEXAS 75226
Estimate Bid
DATE IMISW
2/IZZ019
RFQ SS -2019.01-28
BRIM TO: JOB SRE RIFO
Fa ad Qeds Fared c7
City of Raund Rods
Att: W ILL BELL! City of Round Rads Dran e
Fo st,Creek.Gotf Club DninaW. Pr.D'
ITEM DESCMPTION
UMT
GU31WN
PFOCE
TOTAL
Break Doman List
1 Mobilization
LS
1
$ 5.000.00
S 5,000.00
Pt low RFQ Holes 41401AM7 pM $1_8
1 4- AUS PiM
LF
1.250
S 6.00
5 7,500.00
2 6- ADS Pipe
LF
100
$ SAO
S 80-00
3 12' Metal top Basins
EA
8
$ 25000
S 2.000.00
4 Cart Path Repar
LS
1
$ 1,000.00
S 1,000.00
3 1115 - A' ppe
LF
300
5 6.00
5 1.800.00
8" We
LF
40
S 6.00
$ 240.00
17 Grins
EA
2
S 250.00
S 500.00
Carl Path Repair
1 Can Path Repair
LS
1
$ 500.00
5 50000
Thanks far yox business
972-70T-8314
Heetwticdserritesg+VMh, a5, M
r o he rt0 f 1 e et wo n d s e rvices. n et
Ndc no sodding in prgmsd
Exhibit"A"
Sub Tdai 1 51 00
0.009E S
$19,340.00
x-yirw tl c+rv�[xr�cdcSrJi=t+c.n�[
A RV CERTIFICATE 4F LIABILITY INSURANCE DAr3/1412019 DfYYYYI
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. 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 NSE.GUNIAGIClayl
Contractors Direct Insurance Agency Arc Na Ex*. 408-257-7456 1 Arc, No : 650-240-3838
1885 Los Altos Dr. ADDRESS: contractorsdirValt net
INSURER(S) AFFORDING COVERAGE NAIL If
San Mateo CA 94402 INSURER A. United Speclalt-Insurance Company, Inc. 12537
INSURED INSURER e - Texas Mutual Insurance Company 22945
Fleetwood Services, LLC INSURER C : Liberty Mutual 23035
4311 Willow St I INSURER D:
Dallas
TX 75226
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.
LTR
TYPE OF INSURANCE
INSD
WVD
POLICYNUMBER
M 6
MMID
LIARS
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
Y
U18AC105479-00
5/19/2018
5/19/2019
EACH OCCURRENCE S 1,000,000
PREM, SES iEu o=mrkce $ 50,000
MED EXP (Any one peraoe) s 5,000
PERSONAL 8 ADV INJURY s IRD0,000
GEML AGGREGATE LIMIT APPLIES PER:
X POLICY JEO LOC
OTHER:
GENERAL AGGREGATE s 2,000,000
PRODUCTS - COMPIOP AGG f 2 000,000
s
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
AUTOS
NED
HIRED AUTOS AUTOSUTOS
(Ea accident)s
BODILY INJURY (Per peroon) $
BODILY INJURY (Peraoddent) S
Per ecciderd s
s
A
X
UMBRELLA LIAR
EXCESS UAB
X
1-1
OCCUR
CLAIMS -MADE
Y
U18AC105479.00
5/19/2018
5/19/2019
EACH OCCURRENCE s 2,000,000
AGGREGATE _ S 2,000,000 i
OED I I RETENTION $
s
B
WORNERSCOMPENSATION
AND EMPLOYERS' UASN TY Y 1 N
ANY PROPRIETORlPARTNERlEXECUTEVE
OFFICERrMEMBER EXCLUDED? ❑Y
(Mandatory In NH)
Nye, describe undor
DESCRIPTION OF OPERATIONS below
N ! A
004157106
10/12/2018
10/12/2019
X STATUTE ER
E.L. EACH ACCIDENT s 1,000,000
E.L. DISEASE - EA EMPLOYEE S 1,000,000
E.L. DISEASE POLICY uMn- s 1,000,000
C
Inland Marine- Leased & Rented Equipn
BM058894161
6/26/2018
6/26/2019
Limit- $1,263,650
DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If mon space Is required)
CERTIFICATE HOLDER CANCELLATION
CITY OF ROUND ROCK/FOREST CREEK GC
ATTN: MARILYN JACKSON
221 EAST MAIN STREET
ROUND ROCK
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
i
TX 78664 W aT
City of Round Rock
y"f< FZOUNORCtCK Agenda Item Summary
Agenda Number:
Title: Consider executing an Agreement with Fleetwood Services, LLC for
drainage installation at Forest Creek Golf Club.
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 4/5/2019
Dept Director: Chad McKenzie
Cost: $19,340.00
Indexes: Golf Course Revenue Fund
Attachments: LAF, Agreement
Department: Sports Management and Tourism
Text of Legislative Fite CM -2019-0094
Fleetwood Services, LLC., will provide labor, equipment, and material required to properly
drain several identified slow drainage areas at Forest Creek Gold Club. This work and award
were established via CORR RFQ# BS -2019-01-28.
Cost: $19,340.00
Source of Funds: Golf Fund
City o/ Round Rock Page 1 Printed on 4/4/2019