Loading...
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