Loading...
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)