HomeMy WebLinkAboutResolution - 2000-R0414 - RFP #201-00/RS - A/E Services For The Bill Mcalister Park Master Plan - 11/07/2000Resolution No. 2000-R 0414
November 7, 2000
Item No. 44
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a contract for A/E Services
for Bill McAllister Park Master Plan, by and between the City of Lubbock and Schrickel,
Rollins & Associates of Arlington, Texas, and related documents. Said contract is
attached hereto and incorporated in this resolution as if fully set forth herein and shall be
included in the minutes of the City Council.
Passed by the City Council this 7th day of November , 2000.
WINDY SI TON, MAYOR
ATTEST:
Kayth& Darnell, City Secretary
APPROVED AS TO CONTENT:
APPROVED AS TO FORM:
' %Vr�
William de Haas
Competition and Contracts Manager/Attorney
gs:ccdocs/AE Services for Bill McAllister Park.102500
Victor Kilman,
turchasing Manager
APPROVED AS TO FORM:
' %Vr�
William de Haas
Competition and Contracts Manager/Attorney
gs:ccdocs/AE Services for Bill McAllister Park.102500
Resolution No. 2000—RO414
November 7, 2000
Item No. 44
THE STATE OF TEXAS §
Professional Services Contract
COUNTY OF LUBBOCK § Recreational Area Master Plan
for Bill McAlister Park
THIS CONTRACT is made and entered into this 7th day of November, 2000, by and
between the City of Lubbock, Lubbock County, Texas, a municipal corporation, hereinafter
called "City" and Schrickel, Rollins and Associates, Inc., hereinafter called "Consultant," whose
address is 1161 Corporate Drive West, Suite 200, Arlington, Texas 76006.
WITNESSETH:
WHEREAS, City DESIRES PROFESSIONAL SERVICES RELATED TOTHE PREPARATION
OF Master Plan for Bill McAlister Park and Construction Documents for Phase I. Said plans shall
be formatted and contain information, plans and instruments which comply with the goals and
needs of the CITY.
WHEREAS, Consultant is qualified and capable of performing the professional services
proposed herein and is willing to enter into this contract with City to perform said services;
NOW THEREFORE,
That in consideration of the terms and conditions contained herein the parties do
mutually agree as follows:
1.
Employment of Consultant
Consultant will perform as an independent contractor the services under this contract
to the prevailing standards and consistent with the level of care and skill ordinarily exercised by
members of the planning profession, both public and private, currently practicing in the same
locality undersimilar conditions, including reasonable, informed judgments and prompt, timely
action. Consultant represents that he or she has special expertise in one or more areas to be
utilized in this contract, and Consultant agrees to perform those services to the appropriate local
professional planning standards. Consultant will provide services as follows:
The Consultant will provide the professional services as described in the Exhibit
A attached hereto and made a part of this Contract.
918i
City of Lubbock - Bill McAlister Park
i
II.
Compensation
Payment for services described herein for the project shall be in accordance with Exhibit
"A" and shall not exceed the amounts shown in Exhibit "B". Payments shall be made monthly.
Nothing contained in this contract shall require City to pay for any work that is unsatisfactory
as determined by City or which is not submitted in compliance with the terms of this contract.
City will not be required to make payments to Consultant when Consultant is in default under
this contract, nor shall this paragraph constitute a waiver of any right, at law or in equity, which
City may have if Consultant is in default, including the right to bring legal action for damages
or for specific performance of this contract. Waiver of any default under this contract shall not
be deemed a waiver of any subsequent default. Additional services not identified above and
requested by the City will be based on the hourly rate method of charges.
III.
Contract Termination Provision
This contract may be terminated at any time by City for any cause by five (5) days notice
in writing to Consultant. Upon receipt of such notice, Consultant shall immediately discontinue
all services, and Consultant will immediately terminate placing orders or entering into contracts
for supplies, assistance, facilities or material in connection with this contract and shall proceed
to cancel promptly all existing contracts insofar as they are related to this contract.
IV.
Insurance
A. Consultant shall, at his or her own expense, purchase, maintain and keep in force
during the term of this contract such insurance as set forth below. Contractor
shall not commence work under this contract until he has obtained all the
insurance required under this contract and such insurance has been approved
by City, nor shall Contractor allow any subcontractor to commence work on his
or her subcontract until all similar insurance of the subcontractor has been
obtained and approved. All insurance policies provided under this contract shall
be written on an "occurrence" basis. The insurance requirements shall remain in
effect throughout the term of this contract.
1. Workers' Compensation and Employers' Liability Insurance: Statutory.
Employers Liability policy limits of $500,000 policy limit - Disease.
2. Commercial General Liability Insurance including Independent
Contractor's Liability Completed Operations and Contractual Liability,
918i
City of Lubbock - Bill McAlister Park 2
covering, but not limited to the indemnification provisions of this
contract, fully insuring Contractor's liability for injury to or death of
employees of City and third parties, extended to include personal injury
liability coverage, and for damage to property of third parties, with a
combined bodily injury and property damage minimum limit of
$1,000,000 per occurrence. City of Lubbock as additional insured.
3. Comprehensive Automobile Insurance, covering owned, hired and non -
owned vehicles, with a combined bodily injury and property damage limit
of $500,000 per occurrence; or separate limits of $250,000 for bodily
injury (per person), $500,000 bodily injury (per accident), and $100,000
for property damage. City of Lubbock as additional insured.
4. Professional Liability Insurance: Engineer shall obtain and maintain at all
times during the prosecution of the work under this Contract professional
liability insurance. Limits of liability shall be $1,000,000 per occurrence.
5. Waiver: Subrogation on all coverages.
V.
Ownership of Documents
Drawings, specifications, and other documents or instruments of professional services
prepared or assembled by the Consultant under this Contract shall become the sole property
of City and shall be delivered to City, without restriction on future use. Consultant shall retain
in its files copies of drawings, documents and instruments of professional services as well as all
other pertinent information for the work. City shall have access to any and all information used
in the plan, and there shall be no restriction on future use.
VI.
Conflict of Interest
By signature of this Contract, Consultant acknowledges to City that it has made full
disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including
personal financial interests, direct or indirect, in property abutting the proposed project and
business relationships with abutting property owners. Consultant further agrees that itwill make
disclosure in writing of any conflicts of interest which develop subsequent to the signing of this
Contract and prior to final payment under the Contract.
918i
City of Lubbock - Bill McAlister Park 3
VII.
Right to Audit
Consultant agrees that City shall, until the expiration of three (3) years after final payment
under this contract, have access to and the right to examine any directly pertinent books,
documents, papers and records of Consultant involving transactions relatingto this contract. City
shall give Consultant reasonable advance notice of intended audits.
XIII.
Successors and Assigns
City and Consultant each binds themself and his or her successors, executors,
administrators and assigns to the other party of this contract and to the successor, executors,
administrators and assigns of such other party in respect to all covenants of this contract. Neither
City nor Consultant shall assign or transfer its interest herein without the prior written consent
of the other.
A.
Severability
If any of the terms, sections, subsections, sentences, clauses, phrases, provisions,
covenants, or conditions of this contract are for any reason held to be invalid, void or
unenforceable, the remainder of the terms, sections, subsections, sentences, clauses, phrases,
provisions, covenants, or conditions of this contract shall remain in full force and effect and shall
in no way be affected, impaired or invalidated.
X.
Independent Consultant
Consultant covenants and agrees that he or she is an independent Consultant, and not
an officer, agent, servant or employee of City; that Consultant shall have exclusive control of
and exclusive right to control the details of the work, performed hereunder, and all persons
performingsame, and shall be liable for the acts and omissions of its officers, agents, employees,
contractors, subcontractors and consultants; that the doctrine of respondent superior shall not
apply as between City and Consultant, its officers, agents, employees, contractors,
subcontractors and consultants, and nothing herein shall be construed as creating a partnership
or joint enterprise between City and Consultant.
918i
City of Lubbock - Bill McAlister Park
4
XI.
Entire Agreement
This contract embodies the complete agreement of the parties hereto, superseding all
oral or written previous and contemporary agreements between the parties relating to matters
herein; and except as otherwise provided herein, cannot be modified without written
agreement of the parties.
XII.
Applicable Law
This contract is entered into subject to the Charter and existing ordinances of the City
of Lubbock, Texas, and is subject to and is to be construed, governed, and enforced under
applicable State of Texas and federal laws.
XIII.
Default
City reserves the right to terminate this contract immediately upon breach of any term
or provision of this contract by Consultant; or, if at any time during the term of this contract,
Consultant shall fail to commence the work in accordance with the provisions of this contract
or fail to diligently provide services in an efficient, timely, and careful manner and in strict
accordance with the provisions of this contract or fail to use an adequate number or quality of
personnel or equipment to complete the work or fail to perform any of its obligations under this
contract, then City shall have the right, if Consultant shall not cure any such default after thirty
(30) days written notice thereof, to terminate this contract and complete the work in any
manner it deems desirable, including engaging the services of other parties therefor. Any such
act by City shall not be deemed a waiver of any other right or remedy of City. If after exercising
any such remedy, the cost to City of the performance of the balance of the work is in excess of
that part of the contract sum which has not theretofore been paid to Consultant hereunder,
Consultant shall be liable for and shall reimburse City for such excess.
XIV.
Headings
The headings of this contract are for the convenience of reference only and shall not
affect in any manner any of the terms and conditions hereof.
9181
City of Lubbock - Bill McAlister Park
XV.
Non -Waiver
It is further agreed that one (1) or more instances of forbearance by City in the exercise
of its rights herein shall in no way constitute a waiver thereof.
XVI.
Remedies
No right or remedy granted herein or reserved to the parties is exclusive of any other
right or remedy herein by law or equity provided or permitted; but, each shall be cumulative
of every other right or remedy given hereunder. No covenant or condition of this contract may
be waived without consent of the parties. Forbearance or indulgence by either party shall not
constitute a waiver of any covenant or condition to be performed pursuant to this contract.
XVII.
No Third Party Beneficiary
For purposes of this contract, including its intended operation and effect, the Parties
(CITY and Consultant) specifically agree that: (1) the contract only affects matters/disputes
between the parties to this contract and is in no way intended by the Parties to benefit or
otherwise affect any third person or entity, notwithstanding the fact that such third person or
entities may be in a contractual relationship with CITY or Consultant or both; and (2) the terms
of this contract are not intended to release, either by contract or operation of law, any third
person or entity from obligations owing by them to either CITY or Consultant.
91si
City of Lubbock - Bill McAlister Park
R
above. IN WITNESS WHEREOF, the parties enter into this contract on the date first written
WITNESS:
Ginger Bell rporate Secretary
ATTEST:
Schrickel, o tins and Associa , Inc.
(Consul t) r
BY
ictor W. Baxter
Printed or Typed Na e
Vice President
Printed or Typed Title
75-1319504
Tax Identification No.
CITY OF LUBBOCK, TEXAS (City)
4y-
Windyn
Printed or Typed Name
Mayor
Printed or Typed Title
APPROVED AS TO 4C-BPd-FDR�:
BY
KaythA Darnell, City Secretary U� Tommiv�Gistan ity
Manager
APPROVED AS TO FORM:
BY A __pD jj
William DeHaas, Competition and
Contracts Manager
9181
City of Lubbock - Bill McAlister Park
7
Resolution No. 2000—RO414
EXHIBIT "A"
SCOPE OF SERVICES
Bill McAlister Park
Lubbock, Texas
GENERAL
The Landscape Architect shall perform for the Owner, Basic Professional Services and Special
Services for the phases of the project to which this agreement applies. Services include, but are
not limited to: Master Plan, Construction Documents, and As -Built Drawings.
The following consumer information is required by the Landscape Architects Registration Law,
Article 249c, VTCS: The Texas Board of Architectural Examiners has jurisdiction over individuals
licensed underthe above named Act. Theiraddress and telephone numberare: 8213 Shoal Creek
Blvd., Suite 107; Austin, Texas 78758-7589; (512) 458-4126.
For purposes of this Engineering Services Agreement and its Exhibits, the term "Engineer," where
appropriate, shall be interchangeable with the terms "Landscape Architect" or "Architect" or
"Consultant." Schrickel, Rollins and Associates, Inc. is a firm composed of practicing Registered
Engineers, Registered Architect, Planners and Registered Landscape Architects. The firm does not
represent itself solely as an engineer nor solely as a practitioner of architecture or landscape
architecture as defined in the applicable State of Texas registration laws.
For the mutual benefit of the Engineer and the City, the Engineer shall not knowingly take any
action called for by this Agreement or arising from the course of the Project which shall cause loss
of the Engineer's professional liability insurance coverage for this Project or any aspect of it.
PART I - ELEMENTS
A. The development shall include, but not to be limited to the following elements: a baseball
complex with concession stands and additional park development per funding. Additional
park development may include, but is not limited to: nature trails, nature learning stations,
picnic facilities, multi -use trail, playground, benches/seating areas, outdoor pool,
hike/bike/walk trails, restrooms, outdoor basketball courts, soccerfields, softball fields, sand
volleyball courts, concession stands and irrigation as per the Lubbock Comprehensive
Parks, Recreation and Open Space Master Plan.
B. Project duration including design and construction will be approximately 20 months so
fields will be ready by Spring 2002 baseball season.
918i
City of Lubbock - Bill McAlister Park
Scope of Services
C. BASIC DESIGN SERVICES
The services in this phase are divided into five (5) tasks:
1. Master Plan;
2. Schematic design and design development;
3. Construction documents;
4. Bidding and construction contract award; and
5. Construction administration and observation.
In addition, the Consultant will provide the City with one (1) hard copy of the construction
document sets (PS&E), one (1) disk containing digital copies of the construction
documents, and one (1) hard copy of the construction As-builts (to be furnished to the City
upon completion of the project).
A. Master Plan
The Consultant will prepare a Master Plan for the area and present this
plan to the staff as Task 1 of the project for their review and comments.
This plan will incorporate park program elements provided by the City,
discovered through public meetings, as well as the following meetings,
studies and plans:
1. Visual, on-site review of the existing McAlister Park and its
elements.
2. Interviews with City staff, Convention and Tourism Bureau, and
other related committees or staff members regarding McAlister Park
history and development concepts.
3. Collaborate with TxDOT on the layout of the Milwaukee Ave.
continuance, the land to the west of it, and aid in the conversion
process.
The proposed elements include, but are not limited to, the following:
1. Public meetings (number of meeting to be at Consultant's
discretion).
2. Develop a circulation system that enforces access throughout the
park. This shall provide both vehicular and pedestrian access with
minimal conflicts.
3. Develop a landscape plan that includes walks and vegetation.
918i
City of Lubbock - Bill McAlister Park
Scope of Services
9
ii. Once the City and Consultant have agreed upon the final master plan, the
consultant will proceed to the Design Development Task.
B. Design Development Task
Alternative schematic plans will be prepared by the consulting team and
presented to staff for their review and comments. The plans will be
prepared using the approved Master Plan and with staff input in regard to
the final program elements selected for the park. After the City and
Consultant have agreed upon the schematic plan, a preliminary
construction cost estimate will be prepared. Once the City and the
Consultants have agreed upon the final schematic plan and construction
costs, the Consultant will proceed to the Construction Documentation
Task.
C. Construction Documents: Plans, Specifications and Estimates (PS&E)
Construction documents and specifications will be prepared for the park
improvements outlined in the Design Development Task. The consulting
team will perform the following sub -tasks:
1. Demolition Plan(s) showing the location of the elements that will
need to be removed.
2. Grading Plan(s), which will establish grades for all elements of the
project and amend the TPWD approved grading plan.
3. Layout Plan(s) locating by dimensions all structures, walks, roads,
parking areas, planting areas, etc.
4. Irrigation Plan(s) showing location of all heads, pipe, valves, pumps,
and controls.
5. Electrical Plan(s) showingthe location ofall lightstandards, controls,
wires, etc.
6. Utility Plan(s) showing the location of all water, sewer, electrical
lines, etc.
7. Planting Plan(s) locating and identifying all plant material and a list
of plants including quantities, sizes, and locations.
8. Construction Details providing plans, sections, elevations, and any
other necessary drawings of the individual elements of the plans.
9. Preparation of proposal forms and appropriate additive or
deductive alternatives.
10. Preparation of the project manual.
918i
City of Lubbock - Bill McAlister Park
Scope of Services
91
ii. Cost estimates will be prepared for each of the program's major elements.
City staff will review the cost for these elements.
D. Bidding and Contract Award
The Consultant will be responsible for the following sub -tasks in this phase:
1. Attend a pre-bid meeting.
2. Answer questions and interpret drawing during" the bidding period.
3. Prepare and distribute any required addendum.
E. Construction Administration and Observation
The Consultant will perform the following sub -tasks during this phase:
1. Provide consultation and advise to the City.
2. Preparation of supplementary sketches required to resolve
conflicting field conditions.
3• Approval of submittals and shop drawings submitted by contractors
for conformance with the design project.
4. The consulting team shall make periodic site visits to determine if
the project is proceeding in accordance with the contract
documents. This shall not involve exhausting or continuous onsite
inspections to check the quality or quantity of work materials. The
consulting team shall not be responsible or liable for the
Contractor's failure to perform the construction work in accordance
with the contract documents.
5. Review and approval of all certificates for payment submitted by
the Contractor.
6. Preparation of Change Orders for the City's approval and
execution.
7. Coordinate final site walk-through with the City at the conclusion
of the construction and provide a punch list to Contractor to
complete the project.
8. Perform a post completion inspection within one year after final
acceptance and issue a punch list prior to release of maintenance
bonds.
9181
City of Lubbock - Bill McAlister Park
Scope of Services
4
D. ADDITIONAL SERVICES (FIXED OR NOT TO EXCEED FEES)
A. The following items set forth below are services to be provided by the Consultant
in addition to Basic Design Services.
Topographic Base Map and Boundary Services
1. A survey on a 200' grid has been completed, and will be furnished
by the City, along with other digital files as needed.
ii. Geotechnical Services
1. The Consultant will coordinate required information.
iii. Regulatory Requirements
iv. The Consultant will review all Local, State, and Federal guidelines,
requirements, and laws concerning any permits and/or mitigation including
but not limited to:
1.
Existing State Permits,
2.
3.
Texas Natural Resources Conservation Commission (TNRCC),
Corps of Engineers,
4.
Texas Historical Commission (THC),
5.
Texas Department of Licensing and Regulation (TDLR),
6.
Texas Accessibility Standards (TAS),
7.
Texas Parks and Wildlife Department (TPWD),
8.
US Fish and Wildlife,
9.
Environmental Protection Agency (EPA),
10.
Texas Department of Transportation (TxDOT),
11.
Federal Emergency Management Agency (FEMA), and
12.
City of Lubbock Planning & Zoning.
V. Hydraulic Lake Analysis
1 • Consulting Engineers will review the drainage criteria necessary for
the existing lake. This will include analysis of surrounding drainage
areas and the discharge channel south of Spur 327.
918i
City of Lubbock - Bill McAlister Park
Scope of Services
5
vi. Traffic Impact Analysis
1. A traffic impact analysis will be prepared for the areas surrounding
McAlister Park. Specifically, the traffic study will address the
increase in traffic, which will be generated by the proposed park.
Additional information on this can be found in the Lubbock
Municipal Planning Organization August 1998 Thoroughfare Plan.
vii. Plan and Specification Printing
1. The Consultant will invoice the City at incurred cost for all out -of -
house printing of plans and specifications for review by staff.
Requested mounting or laminating of master plans will also be
invoiced at the incurred cost.
2. In-house printing of check prints for use in preparing the
construction documents shall be included in the basic design
services.
3. Printing of bid sets of final documents including plans and
specifications will be provided by the City of Lubbock.
E. PROJECT SCHEDULE
A. Consultant shall provide a comprehensive project schedule outlining each of the
required design tasks to be completed within an 8 -month time frame.
918i
City of Lubbock - Bill McAlister Park
Scope of Services
21
Resolution No. 2000-80414
EXHIBIT "B"
COMPENSATION
Bill McAlister Park
Lubbock, Texas
COMPENSATION
• Basic Services
SRA will provide these Basic Services on a fixed fee basis. Fees shall be billed in
accordance with the following schedule. The following fees except for the Master
Plan are based on the Phase I construction budget amount shown of $1,265,000.
Construction Documents will be produced as one project. If the budget should be
increased or if the documents are divided into two or more sets of plans, or if
multiple construction contracts are awarded, the appropriate fees shall be
increased proportionately.
A.
Master Plan
$
B.
Design Development
54,600.00
C.
Construction Documents
$
22,500.00
D.
Bidding and Contract Award
$
48,500.00
E.
Construction Observation
$
3,500.00
$
26,500.00
(Based on a maximum of ten months)
B. Additional Services
Additional services compensation shall be by hourly invoice method or other
mutually agreed basis. Such additional services shall be performed only upon
authorization of the Owner.
A. Geotechnical Investigation (allowance) $ 10,000.00
B. Additional Plans/Permits
1. Regulatory Review
2. Hydraulic Lake Analysis
3. Traffic Impact Analysis
(Allowance, not to exceed) $ 25,000.00
918i
City of Lubbock - Bill McAlister Park
Compensation
1
C. Reimbursable Expenses
1 • Plan & Specification Printing
(Allowance, not to exceed) $ 5,000.00
2• Travel Expenses
(Allowance, not to exceed) $ 7,500.00
3. TAS Submittal and Inspections
(Includes required review and
inspection fees) (Estimated) $ 900.00
D. Total. Additional Services
$ 48,400.00
9isi
City of Lubbock - Bill McAlister Park
Compensation
2
Resolution No. 2000-R 0414
ACORD CERTIFICATE OF LIABILITY INSURANCE
CERTIFICATE NO. !DATE
PRODUCER VCii-45881-122770
McLaughlin / Brunson Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
10/2 /2000 9:59:27 AM
Suite 25o
10925 Estate Lane ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR
75238
Dallas, TX ALTER THE COVERAGE AFFORDED BY THE Po► 1.
214-503-1212 fax: 214-503-8899
INSURED
Schrickel, Rollins and Associates, Inc.
1161 Corporate Dr. West., #200
Arlington, TX 76006
817-649-3216 fax: 817-649-7645
A
A
INSURERS AFFORDING COVERAGE
A: St. Paul Insurance C
B: Design Professionals
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
R TYPE OF INSURANCE
POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION
GENERAL LIABILITY DATE MM/DD DATE MM/DD1YY
RP06657479 LIMITS
COMMERCIAL GENERAL LIABILITY 05/05/2000 05/05/2001 EACH OCCURRENCE
$ 1,000,000
CLAIMS MADE IF
OCCUR FIRE DAMAGE (Any one fire) $ I
GEN1 AGGREGATE LIMIT APPLIES PER:
POLICY I X I PRO-
_ JECT n LOC
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON -OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY
X OCCUR ❑ CLAIMS MADE
A
DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
A
MED EXP (Any one person)
--ncluded
$
5,000
PERSONAL 8 ADV INJURY $
1,000,000
GENERAL AGGREGATE $
2,000,000
PRODUCTS - COMP/OPAGG $
2,000,000
CA0661330 05/05/2000 05/05/2001
COMBINED SINGLE LIMIT
(Ea accident) $
11000,000
BODILY INJURY
(Per person) $
0
BODILY INJURY
(Per accident) $
0
PROPERTY DAMAGE
(Per accident) $
0
AUTO ONLY - EA ACCIDENT $
OTHER THAN EA ACC $
AUTO ONLY:
RP06657479 AGG $
05/05/2000 05/05/2001 EACH OCCURRENCE
$
1,000,000
AGGREGATE $
1,000,000
0 $
WVA2428266 $
05/05/2000 05/05/2001 X TrRVTA,U. OTH-
E.L. EACH ACCIDENT $ 11000,000
OTHER
E.L. DISEASE - EA EMPLOYEE $ 1,000,000
E.L. DISEASE -POLICY LIMIT $
Piabilit Professional 12/12/1997 12/12/2000 1.000,000
B X Per Claim Liability
X Aggregate LIMIT $ 11000,000
DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS LIMIT
1. A waiver of subrogation is provided in favor of the certificate holder for general liability, $ 2.000,000
liability and umbrella liability. 2. Certificate holder is named as additional insured as their interest may
appear on the general liability,y, automobile
Recreational Area Master Plan forBill McAlister ty aPark 4nd elThe la lclaimstmadevprofessio3. Reference
Project; is the
total aggregate limit for all claims presented within the policy period and is subject liability a deductible. S. A
waiver of subrogation is provided in favor of the certificate holder on the workers compensation coverage.
•• •v.-. I nULUtK I DDITIONAL INSURED; INSURER LETTER:
CANCELLATION
TAH
OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Lubbock
Attn Mr. Craig Wuensche OF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
916 Texas Ave . HE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
Suite 2002
Lubbock, TX 79457 BLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
TIVES.
EPRESENTATIVE
ACORD 25-S (7/97)
0 ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
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).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
25-S(7/97)