HomeMy WebLinkAboutContract 55280 CSC No.55280
AGREEMENT FOR SERVICES RELATED TO EDUACTION, OUTREACH AND
IMPLEMENTATION FOR WATER CONSERVATION
This AGREEMENT FOR SERVICES RELATED TO EDUCATION, OUTREACH AND
IMPLEMENTATION FOR WATER CONSERVATION("Agreement") is made and entered into by and
between the CITY OF FORT WORTH(the"City"),a home rule municipal corporation situated in portions
of Tarrant, Parker, Denton, and Wise Counties, Texas, as executed by Dana Burghdoff, its duly authorized
Assistant City Manager, and Rooted In,LLC("Provider"), a Texas Corporation,as executed by Clint Wolfe,
its duly authorized Owner, each individually referred to as a "party" and collectively referred to as the
"parties."
CONTRACT DOCUMENTS:
The Contract documents shall include the following:
1. This Agreement for Services
2. Exhibit A—Scope of Services,Payment Schedule and Rates for Services
All Exhibits attached hereto are incorporated herein and made a part of this Agreement for all purposes.In the
event of any conflict between the documents,the terms and conditions of this Agreement shall control.
1. SCOPE OF SERVICES.
Provider hereby agrees to provide the City with services related education, outreach and
implementation of water conservation measures.Attached hereto and incorporated for all purposes incident to
this Agreement is Exhibit "A," Scope of Services, more specifically describing the services to be provided
hereunder.
Provider warrants that it will exercise reasonable skill, care and diligence in the performance of its
services and will carry out its responsibilities in accordance with customarily accepted professional practices
and applicable laws. Except for the express representations and warranties set forth hereinabove and otherwise
in this Agreement,Provider does not make any other express or implied warranties or representations of any
kind whatsoever relating to this Agreement or the Services,including any implied warranty of merchantability
or fitness for a particular purpose.
2. TERM.
This Agreement shall commence upon the date of full execution as shown by the City Secretary's date
of signature("Effective Date")and shall be for a term on one(1)year,unless terminated earlier or extended in
accordance with the provisions of this Agreement or agreed upon by written amendment to this Agreement by
both parties. There shall be three(3)one-year options to renew at the discretion of the City.
3. COMPENSATION.
The City shall pay Provider an amount not to exceed$75,500 in accordance with the provisions of this
Agreement and the Payment Schedule shown in Exhibit "A,"which is incorporated for all purposes herein.
Provider shall not perform any additional services for the City not specified by this Agreement unless the City
requests and both parties approve in writing the additional scope,schedule,and costs for such services. Either
party may seek a change order for a change in scope schedule and costs related thereto,which must be agreed
OFFICIAL RECORD
CITY SECRETARY
FT.WORTH,TX
upon by both parties by a written amendment to this Agreement. The City shall not be liable for any additional
expenses of Provider not specified by this Agreement unless the City first approves such expenses in writing.
4. TERMINATION.
4.1. Written Notice.
The City or Provider may terminate this Agreement at any time and for any reason by
providing the other party with 30 days written notice of termination.
4.2 Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by the City in any fiscal period for
any payments due hereunder, City will notify Provider of such occurrence and this Agreement shall
terminate on the last day of the fiscal period for which appropriations were received without penalty
or expense to the City of any kind whatsoever,except as to the portions of the payments herein agreed
upon for which funds shall have been appropriated.
4.3 Duties and Obligations of the Parties.
In the event that this Agreement is terminated prior to the Expiration Date,the City shall pay
Provider for services actually rendered up to the effective date of termination and Provider shall
continue to provide the City with services requested by the City and in accordance with this Agreement
up to the effective date of termination.
5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION.
Provider hereby warrants to the City that Provider has made full disclosure in writing of any existing
conflicts of interest related to Provider's services under this Agreement. In the event that any conflicts of
interest arise after the Effective Date of this Agreement, Provider hereby agrees promptly to make full
disclosure to the City in writing upon its first knowledge of such conflict. Provider, for itself and its officers,
agents and employees,further agrees that it shall treat all information provided to it by the City as confidential
and shall not disclose any such information to a third party without the prior written approval of the City,
except to the extent that such disclosure is required by applicable law or court order and then only after prior
notice to and consultation with the City.Provider shall store and maintain City Information in a secure manner
and shall not allow unauthorized users to access,modify, delete or otherwise corrupt City Information in any
way. Provider shall notify the City promptly if the security or integrity of any City information has been
compromised or is believed to have been compromised.
6. RIGHT TO AUDIT.
Provider agrees that the City shall,until the expiration of three(3)years after final payment under this
Agreement, have access to and the right to examine at reasonable times any directly pertinent books,
documents, papers and records of the Provider involving transactions relating to this Agreement at no
additional cost to the City. Provider agrees that the City shall have access during normal working hours to all
necessary Provider facilities and shall be provided adequate and appropriate workspace in order to conduct
audits in compliance with the provisions of this section. The City shall give Provider at least five(5)business
days' advance notice of intended audits.
Provider further agrees to include in all its subcontractor agreements hereunder a provision to the
effect that the subcontractor agrees that the City shall,until expiration of three(3)years after final payment of
the subcontract, have access to and the right to examine at reasonable times any directly pertinent books,
documents, papers and records of such subcontractor involving transactions related to the subcontract, and
Page 8 of 8
further that City shall have access during normal working hours to all subcontractor facilities and shall be
provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of
this paragraph. City shall give subcontractor reasonable notice of intended audits.
The audit rights conferred by this section shall not permit the City to access records related to the
pricing of fixed-price or lump sum amounts, the build-up of agreed rates or unit prices, or Provider's
estimating records.
7. INDEPENDENT CONTRACTOR.
It is expressly understood and agreed that Provider shall operate as an independent contractor as to all
rights and privileges granted herein, and not as agent,representative or employee of the City. Subject to and
in accordance with the conditions and provisions of this Agreement,Provider shall have the exclusive right to
control the details of its operations and activities and be solely responsible for the acts and omissions of its
officers,agents,servants,employees,contractors and subcontractors. Provider acknowledges that the doctrine
of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and
Provider,its officers,agents,employees, servants,contractors and subcontractors.Provider further agrees that
nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Provider.
8. LIABILITY AND INDEMNIFICATION.
PROVIDER SHALL RELEASE,DEFEND,INDEMNIFY AND HOLD HARMLESS CITY
AND ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ALL DAMAGES,
CLAIMS, LOSSES, DEMANDS, SUITS, JUDGMENTS AND COSTS, INCLUDING REASONABLE
ATTORNEY'S FEES AND EXPENSES, FOR PERSONAL INJURIES (INCLUDING DEATH) AND
THIRD-PARTY PROPERTY DAMAGE TO THE EXTENT CAUSED BY THE NEGLIGENT ACT
OR OMISSION OF PROVIDER, ITS OFFICERS, AGENTS, EMPLOYEES, OR
SUBCONTRACTORS IN THE PERFORMANCE OF SERVICES UNDER THIS AGREEMENT.THE
PROVIDER SHALL NOT BE OBLIGATED OR LIABLE TO THE CITY FOR ANY CLAIM
ARISING IN CONNECTION WITH THIS AGREEMENT EXCEPT ITS OWN NEGLIGENCE THAT
IS THE FAULT OF THE PROVIDER, AND/OR ITS AGENTS, EMPLOYEES, OR
SUBCONTRACTORS,OR OTHERS FOR WHOM PROVIDER IS LEGALLY RESPONSIBLE.
NOTWITHSTANDING THE FOREGOING, PROVIDER AGREES, TO THE FULLEST
EXTENT PERMITTED BY LAW, TO INDEMNIFY AND HOLD HARMLESS CITY AND ITS
OFFICERS, AGENTS AND EMPLOYEES AGAINST COSTS, DAMAGES, OR LOSSES,
INCLUDING REASONABLE ATTORNEYS'FEES AND EXPENSES,RESULTING FROM CLAIMS
BY THIRD PARTIES FOR PERSONAL INJURIES (INCLUDING DEATH) OR PROPERTY
DAMAGE TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OF
PROVIDER, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS IN THE
PERFORMANCE OF SERVICES UNDER THIS AGREEMENT. PROVIDER SHALL NOT BE
OBLIGATED TO DEFEND OR INDEMNIFY CITY AND ITS OFFICERS, AGENTS AND
EMPLOYEES FOR THEIR RESPECTIVE NEGLIGENCE OR WILLFUL MISCONDUCT.
9. ASSIGNMENT AND SUBCONTRACTING.
Provider shall not assign or subcontract any of its duties, obligations or rights under this Agreement
without the prior written consent of the City. If the City grants consent to an assignment, the assignee shall
execute a written agreement with the City and the Provider under which the assignee agrees to be bound by
the duties and obligations of Provider under this Agreement, and Provider shall have no further liability or
obligations under the assigned portion of the Agreement. If the City grants consent to a subcontract, the
Page 8 of 8
Provider shall require such subcontractor to execute a written agreement with the Provider referencing this
Agreement and requiring subcontractor to be bound by duties and obligations substantially similar to those of
the Provider under this Agreement as such duties and obligations may apply to the subcontractor's scope of
services.The Provider shall provide the City with a fully executed copy of any such subcontract upon request,
with any financial and proprietary information redacted.
10. INSURANCE.
Provider shall provide the City with certificate(s) of insurance documenting policies of the following
coverage limits that are to be in effect prior to commencement of any services pursuant to this Agreement:
10.1 Coverage and Limits
(a) Commercial General Liability
$1,000,000 Each Occurrence
$2,000,000 Aggregate
(b) Automobile Liability
$1,000,000 Each accident on a combined single limit basis or
$250,000 Bodily injury per person
$500,000 Bodily injury per occurrence
$100,000 Property damage
Coverage shall be on any vehicle used by the Provider, its employees, agents,
representatives in the course of the providing services under this Agreement. "Any
vehicle" shall be any vehicle owned,hired and non-owned.
(c) Worker's Compensation
Statutory limits
Employer's liability
$100,000 Each accident/occurrence
$100,000 Disease-per each employee
$500,000 Disease-policy limit
This coverage may be written as follows:
Workers' Compensation and Employers' Liability coverage with limits consistent with
statutory benefits outlined in the Texas workers' Compensation Act(Art. 8308— 1.01 et seq.,
Tex. Rev. Civ. Stat.) and policy limits for Employers' Liability of $100,000 each
accident/occurrence,$500,000 bodily injury disease policy limit and$100,000 per disease per
employee.
(d) Professional Liability(Errors&Omissions)
$1,000,000 Each Claim Limit
$1,000,000 Aggregate Limit
Professional Liability coverage may be provided through an endorsement to the
Commercial General Liability (CGL) policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other requirements.
Page 8 of 8
Coverage shall be claims-made, and maintained for the duration of the contractual
agreement and for two(2)years following completion of services provided.An annual
certificate of insurance shall be submitted to the City to evidence coverage.
10.2 Certificates.
Certificates of Insurance evidencing that the Provider has obtained all required
insurance shall be delivered to the City prior to Provider proceeding with any services pursuant
to this Agreement.All policies except Workers'Compensation and Professional Liability shall
be endorsed to name the City as an additional insured thereon,as its interests may appear. All
policies except Professional Liability and Employer's Liability shall contain a Waiver of
Subrogation for the benefit of the City of Fort Worth.The term City shall include its employees,
officers, officials, agent, and volunteers in respect to the contracted services. Any failure on
the part of the City to request required insurance documentation shall not constitute a waiver
of the insurance requirement. A minimum of thirty (30) days' notice of cancellation of
coverage shall be provided to the City. Ten(10)days' notice shall be acceptable in the event
of non-payment of premium. Such terms shall be endorsed onto Provider's insurance policies.
Notice shall be sent to the Risk Manager,City of Fort Worth, 1000 Throckmorton,Fort Worth,
Texas 76102,with copies to the City Attorney at the same address.
10.3 Waiver of Subrogation for Property Insurance.
The City and Provider waive all rights against each other and their officers, officials,
directors, agents, or employees for damage covered by builder's risk insurance during and
after the completion of Provider's services. If the services result in a construction phase
related to the project, a provision similar to this shall be incorporated into all construction
contracts entered into by the City,and all construction contractors shall be required to provide
waivers of subrogation in favor of the City and Provider for damage or liability covered by
any construction contractor's policy of property insurance, including builder's risk provided
by such contractor,if applicable.
11. COMPLIANCE WITH LAWS,ORDINANCES,RULES AND REGULATIONS.
Provider agrees to comply with all applicable federal, state and local laws, ordinances, rules and
regulations.If the City notifies Provider of any violation of such laws,ordinances,rules or regulations,Provider
shall promptly desist from and correct the violation.
12. NON-DISCRIMINATION COVENANT.
Provider, for itself, its personal representatives, assigns, subcontractors and successors in interest, as
part of the consideration herein,agrees that in the performance of Provider's duties and obligations hereunder,
it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis
prohibited by law.
13. NOTICES.
Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have
been delivered when(1) hand-delivered to the other party, its agents, employees, servants or representatives,
Page 8 of 8
(2) delivered by facsimile with electronic confirmation of the transmission, or(3)received by the other party
by United States Mail,registered,return receipt requested, addressed as follows:
To The CITY: To PROVIDER:
City of Fort Worth Rooted In,LLC
Christopher Harder,PE Clint Wolfe
Water Department Director Owner
200 Texas Street 621 Horseshoe Ct.
Fort Worth TX 76102-6311 Prosper,TX 75078
14. GOVERNMENTAL POWERS.
It is understood and agreed that by execution of this Agreement,the City does not waive or surrender
any of its governmental powers.
15. NO WAIVER.
The failure of the City or Provider to insist upon the performance of any term or provision of this
Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Provider's
respective right to insist upon appropriate performance or to assert any such right on any future occasion.
16. GOVERNING LAW/VENUE.
This Agreement shall be construed in accordance with the internal laws of the State of Texas. If any
action,whether real or asserted, at law or in equity, is brought on the basis of this Agreement,venue for such
action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the
Northern District of Texas,Fort Worth Division.
17. SEVERABILITY.
If any provision of this Agreement is held to be invalid,illegal or unenforceable,the validity,legality
and enforceability of the remaining provisions shall not in any way be affected or impaired.
18. FORCE NUJEURE.
The City and Provider shall exercise their best efforts to meet their respective duties and obligations
as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to
force majeure or other causes beyond their reasonable control (force majeure), including, but not limited to,
compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires,
strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority,
transportation problems and/or any other similar causes.
19. HEADINGS NOT CONTROLLING.
Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a
part of this Agreement.
20. REVIEW OF COUNSEL.
The parties acknowledge that each party and its counsel have reviewed and revised this Agreement
Page 8 of 8
and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting
party shall not be employed in the interpretation of this Agreement or exhibits hereto.
21. AMENDMENTS/MODIFICATIONS/EXTENSIONS.
No extension, modification or amendment of this Agreement shall be binding upon a party hereto
unless such extension, modification, or amendment is set forth in a written instrument, which is executed by
an authorized representative and delivered on behalf of such party.
22. ENTIRETY OF AGREEMENT.
This Agreement contains all of the covenants, statements, representations and promises agreed to by
the parties. To the extent of any conflict,this Agreement supersedes the terms,conditions,and representations
set forth in the City's Request for Proposals, Provider's Proposal and revised cost. No agent of either party
has authority to make, and the parties shall not be bound by, nor liable for, any covenant, statement,
representation or promise not set forth herein. The parties may amend this Agreement only by a written
amendment executed by both parties.
23. SIGNATURE AUTHORITY.
The person signing this agreement hereby warrants that he/she has the legal authority to execute this
agreement on behalf of the respective party,and that such binding authority has been granted by proper order,
resolution, ordinance or other authorization of the entity. The other party is fully entitled to rely on this
warranty and representation in entering into this Agreement.
24. LIMITATION OF LIABILITY.
NEITHER THE CITY NOR PROVIDER SHALL BE LIABLE TO THE OTHER FOR ANY
INDIRECT, SPECIAL, EXEMPLARY OR CONSEQUENTIAL DAMAGES INCLUDING,
WITHOUT LIMITATION, LOSS OF PROFITS OR REVENUE, LOSS OF PRODUCTION, COSTS
OF CAPITAL NON-OPERATION OR INCREASED EXPENSE OF OPERATION OF OTHER
EQUIPMENT OR SYSTEMS, INJURED REPUTATION, COSTS OF SUBSTITUTE EQUIPMENT,
FACILITIES OR SERVICES, DOWNTIME COSTS, OR CLAIMS BY CUSTOMERS, WHETHER
LIABILITY IS BASED ON CONTRAT, WARRANTTY, NEGLIGENCE, STRICT LIABILITY OR
OTHERWISE. SUCH WAIVER SHALL NOT INCLUDE PENALTIES ENFORCED BY
GOVERNMENTAL OR REGULATORY AGENCIES WITH JURISDICTION, SUCH AS THE
TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEQ), TO THE EXTENT CAUSED
BY PROVIDER'S NEGLIGENT PERFORMANCE OF SERVICES UNDER THIS AGREEMENT.
TO THE FULLEST EXTENT PERMITTED BY LAW, AND NOTWITHSTANDING ANY OTHER
PROVISION OF THIS AGREEMENT, THE TOTAL LIABILITY, IN THE AGGREGATE, OF
PROVIDER, ITS OFFICERS, DIRECTORS, EMPLOYEES, AGENTS, AND SUBPROVIDERS, OR
ANY OF THEM, TO THE CITY AND ANYONE CLAIMING BY, THROUGH OR UNDER THE
CITY, FOR ANY AND ALL CLAIMS, LOSSES, LIABILITIES, COSTS OR DAMAGES
WHATSOEVER ARISING OUT OF, RESULTING FROM OR IN ANY WAY RELATED TO THE
SERVICES OR THIS AGREEMENT FROM ANY CAUSE INCLUDING, BUT NOT LIMITED TO,
THE NEGLIGENCE,PROFESSIONAL ERRORS OR OMISSIONS,STRICT LIABILITY,BREACH
OF CONTRACT, OR WARRANTY (EXPRESS OR IMPLIED) OF PROVIDER, ITS OFFICERS,
DIRECTORS, EMPLOYEES, AGENTS OR SUBPROVIDERS, OR ANY OF THEM, SHALL NOT
EXCEED ONE MILLION DOLLARS ($1,000,000). THE PARTIES AGREE THAT SPECIFIC
Page 8 of 8
CONSIDERATION HAS BEEN GIVEN BY THE PROVIDER FOR THIS LIMITATION AND THAT
IT IS DEEMED ADEQUATE.
IN WITNESS WHEREOF,the parties hereto have executed this Agreement on the date signed by the
City Secretary as shown below.
CITY OF FORT WORTH ROOTED IN, LLC
A
znwq
Dana Burghdoff(Fe66,2021 07'07 CST)
Dana Burghdoff Clint Wolfe
Assistant City Manager Owner
Date:
RECOMMENDED BY: Witness:
chd"o her ffarder
Christopher Harder(Feb 5,202107:25 CST)
Christopher Harder, P.E. T t e T-!t
Water Department Director
ATTEST: pf 0 0000000.
1 0 0
0
0 0
00_ 00 0 0
0 0
o 0
0
*060
1000000
Mary Kayser X 0, '
Citv Secretary
Date: Feb 10,2021
APPROVED AS TO FORM AND LEGALITY:
,hrista R.Lopez-Reynolds(Feb�5,20010:�T)
Christa R. Lopez-11e,,:voids
Sr. Assistant City Attorney
No M&C Required
Contract Compliance Manager:
By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,
including ensm-ing all performance and reporting requirements.
`"Jt3ee�i Begley
Water Conservation Specialist
OFFICIAL RECORD
CITY SECRETARY
FT.WORTH,TX
EXHIBIT A
Scope of Work
F1
1 i ii
Task One Plan and present water saving seminars
focused on outdoor water use.
1.1 Conduct nine(9)monthly,two-hour 9 @$400 $3,600
sessions delivered each year of the contract
on dates(previously for 2021) agreed upon
by both parties.
2021 dates are as follows:
• March 11,2021
• April 8,2021
• May 13,2021
• June 10,2021
• July 8,2021
• August 12,2021
• September 9,2021
• October 14,2021
• November 11,2021
1.2 Presentations will be in-person from 6-8 p.m.
at the Botanical Research Institute of Texas,
1700 University Drive,Fort Worth,Texas 76107
(pending COVID-19 restrictions)and simulcast
as webinars on a platform chosen by CFW.
(Unless virtual only due to COVID-19
restrictions).
1.2 Develop content for each session with topic
approval by CFW.
Topics for 2021 are tentatively set as:
• March: Spring Clean Up for your Yard
• April: Turf and Irrigation Maintenance
• May: Plant Combos and Companions
• June: Soil Health and Amendments
• July: Irrigation 101
• August: Made for the Shade
• September: Container& Small Space or
Edibles
• October: Pollinators
• November: Trees
Page 8 of 8
Task Two Produce up to 30 minutes of original video
content,branded for the City of Fort Worth.
2.1 Determine content for each video in 30 min @ $30,000
consultation with City of Fort Worth staff.All $1,000/min
videos will focus on reducing water use.
2.2 Develop storyboards for each video for CFW
approval.
2.3 Determine number and length of each video
in consultation with CFW staff.
Task Three Conduct a pilot outreach campaign focused
on regulation of irrigation pressure as an
outdoor water conservation strategy.
3.1 Review pressure research compiled by CFW.
3.2 Work with CFW to determine pilot zip
code(s)based on research.
3.3 Develop and execute a strategy to reach
homeowners with irrigation in high-pressure zip 300 hrs @$100/hr $30,000
codes to inform them of techniques to reduce
irrigation system pressure to save water and
money.
3.4 Work with irrigation supply houses and
retailers to identify supply of pressure reducing 50 hrs @$100/hr $5,000
spray heads. Set up a promotion with at least one
supply house or retailer in a targeted zip code.
Design signage for this. CFW will do Spanish
translation.
3.5 Design a one-page printed collateral
explaining the irrigation pressure issue, solutions $2,500 $2,500
and potential savings. CFW will do Spanish
translation for side two.
3.6 Consult with CFW to set up a tracking
system for customers who install pressure 20 hrs @$100/hr $2,000
regulation(valves, spray heads,etc.)to track
water usage(year over year and/or month over
month).
3.7 Conduct 2 to 4 irrigation workshops for the 4 custom hands on
targeted zip codes. classes @ $2,400
$600/class
Total for all contract tasks $75,500
Page 8 of 8
Evidence of Insurance
i
0 Texas Farm Bureau Mutual Insurance Company
Texas Farm Bureau Casualty Insurance Company
0 Farm Bureau County Mutual Insurance Company of Texas
i
This serves as evidence that insurance as identified has been issued, is in force, and conveys all the frights
and privileges afforded under the following policy.
0 Texas Personal Automobile Policy
E) Business Automobile Policy(Six-Month)
0 Business Automobile Policy(Annual)*
Named Insured: Rooted In, LLC
i
Address: 621 Horseshoe Ct.
City: Prosper State: TX Zip: 75078
Member No.: 29TXM7
Policy No.: Effective Date: 02/01/21 Expiration Date: 03/17/21
This policy provides at least the minimum amounts of liability insurance required by the Texas Moor
Vehicle Safety Responsibility Act for the vehicle(s) and Named Insured(s) and may provide coverage for
other ersons as provided by the insurance policy.
Veh. Vehicle Identification Number
No. Year Make Model ) Lienholder
1 NON-OWNER
2
3
4
For Annual Business Auto Policy,refer to Schedule of Lienholders Annual Business Auto Policy.
Personal Automobile Policy Business Automobile Policy
Cove rage for Damage to your Auto Physic I Damage Cove rage
Other than
Specified Collision Comprehensive Collision;
Veh. perils Collision Less Specified Less Less
No. Less Causes of Loss
End. 522 Deductible Deductible Deductible
Deductible
1 $1 MILL CSL $1 MILL CSL
2
3
4
*Refer to supplement Vehicles Covered for Annual Business Auto Policy.
Agency At: LA SALLE COUNTY(COTULLA)
Address: 214 CENTER ST
City: COTULLA State:TX Zip: 78014
Phone:
By: JULIE WALKER Date: 02/01/21
Licensed Authorized Agent
1