Loading...
Contract - Garver, LLC - 10/26/2017 'ROUND ROCK,TEXAS PURPOSE.PASSION.PROSPERITY. CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: GARVER,LLC ("Engineer") ADDRESS: 2300 Greenhill Drive, Suite 110,Round Rock,TX 78664 PROJECT: PRV 2,4,9,and BCRUA Valves and Pipeline THE STATE OF TEXAS § COUNTY OF WILLIAMSON § TH S CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the day of ,2017 by and between the CITY OF ROUND ROCK, a Texas home- rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Engineering Services Contract Rev.04/13 0199.1755;00387460 00296523 CONTRACT DOCUMENTS The Contract Documents consist of this Contract and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Contract as if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall perform or provide services as identified in Exhibit A entitled"City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering Services." Engineer shall perform the Engineering Services in accordance with the Work Schedule as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineering Services under this Contract may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all Engineering Services. Should the review times or Engineering Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may submit a timely written request for additional time, which shall be subject to the approval of the City Manager. ARTICLE 3 CONTRACT TERM (1) Term. The Engineer is expected to complete the Engineering Services described herein in accordance with the above described Work Schedule. If Engineer does not perform the Engineering Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Engineering Services are completed. Any Engineering Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates,that the Engineering Services will not be completed in accordance with the Work Schedule. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Engineering Services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Engineering Services required under this Contract in a professional manner. 2 (3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with Engineering Services until authorized in writing by City to proceed as provided in Article 7. ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for all engineering services performed and to be performed under this Contract. Engineer shall be paid on the basis of actual hours worked by employees performing work associated with this Contract, in accordance with the Fee Schedule attached hereto as Exhibit D. Payment of monies due for the Engineer's subconsultant's services shall be based on the actual amount billed to the Engineer by the subconsultant. Payment of monies due for direct cost expenses shall be based on the actual costs. The maximum amount payable under this Contract, without modification of this Contract as provided herein, is the sum of One Hundred Thirty-Seven Thousand Nine Hundred Thirty-Seven and 501100 Dollars, ($137,937.50). Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the work and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B entitled "Engineering Services". Satisfactory progress of work shall be an absolute condition of payment. The maximum amount payable herein may be adjusted for additional work requested and performed only if approved by written Supplemental Agreement. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Engineering Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination,that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve 3 Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made 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 services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes 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 Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non-disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: Jeff Bell Project Manager 2008 Enterprise Drive Round Rock, TX 78664 Telephone Number(512) 218-7076 4 Mobile Number(512) 801-4461 Fax Number(512)218-5536 Email Address jbell@roundrocktexas.gov City's Designated Representative shall be authorized to act on City's behalf with respect to this Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: Greg Swoboda Senior Project Manager 2300 Greenhill Drive, Suite 110 Round Rock, TX 78664 Telephone Number(512)485-0020 Mobile Number(210)268-4707 Fax Number N/A Email Address gtswoboda@garverusa.com ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the Engineering Services, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the Engineering Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of the Engineering Services. Should City determine that the progress in Engineering Services does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the Engineering Services, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to meet the objectives of the Work Schedule, or preclude the attainment of project Engineering Services units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. 5 ARTICLE 10 SUSPENSION Should City desire to suspend the Engineering Services, but not to terminate this Contract, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty-day notice may be waived in writing by agreement and signature of both parties. The Engineering Services may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option of terminating this Contract. If City suspends the Engineering Services, the contract period as determined in Article 3, and the Work Schedule, shall be extended for a time period equal to the suspension period. City assumes no liability for Engineering Services performed or costs incurred prior to the date authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering Services is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL ENGINEERING SERVICES If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be executed between the parties as provided in Article 13. Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the Engineering Services authorized in this Contract or any amendments thereto. ARTICLE 12 CHANGES IN ENGINEERING SERVICES If City deems it necessary to request changes to previously satisfactorily completed Engineering Services or parts thereof which involve changes to the original Engineering Services or character of Engineering Services under this Contract, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional Engineering Services and paid for as specified under Article 11. Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such Engineering Services. 6 ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Engineering Services, or (2)the duration of the Engineering Services. Any such Supplemental Contract must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4. It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until the City authorizes full execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. ARTICLE 14 USE OF DOCUMENTS All documents, including but not limited to drawings, specifications and data or programs stored electronically, (hereinafter referred to as "Instruments of Service") prepared by Engineer and its subcontractors are related exclusively to the services described in this Contract and are intended to be used with respect to this Project. However, it is expressly understood and agreed by and between the parties hereto that all of Engineer's designs under this Contract (including but not limited to tracings, drawings, estimates, specifications, investigations, studies and other documents, completed or partially completed), shall be the property of City to be thereafter used in any lawful manner as City elects. Any such subsequent use made of documents by City shall be at City's sole risk and without liability to Engineer, and, to the extent permitted by law, City shall indemnify, defend and hold harmless Engineer from all claims, damages, losses and expenses, including but not limited to attorneys fees, resulting therefrom. By execution of this Contract and in confirmation of the fee for services to be paid under this Contract, Engineer hereby conveys, transfers and assigns to City all rights under the Federal Copyright Act of 1976 (or any successor copyright statute), as amended, all common law copyrights and all other intellectual property rights acknowledged by law in the Project designs and work product developed under this Contract. Copies may be retained by Engineer. Engineer shall be liable to City for any loss or damage to any such documents while they are in the possession of or while being worked upon by Engineer or anyone connected with Engineer, including agents, employees, Engineers or subcontractors. All documents so lost or damaged shall be replaced or restored by Engineer without cost to City. Upon execution of this Contract, Engineer grants to City permission to reproduce Engineer's work and documents for purposes of constructing, using and maintaining the Project, provided that City shall comply with its obligations, including prompt payment of all sums when due, under this Contract. Engineer shall obtain similar permission from Engineer's subcontractors consistent with this Contract. If and upon the date Engineer is adjudged in default of this Contract, City is permitted to authorize other similarly credentialed design professionals to reproduce and, where permitted by law, to make changes, corrections or additions to the work and documents for the purposes of completing, using and maintaining the Project. 7 City shall not assign, delegate, sublicense, pledge or otherwise transfer any permission granted herein to another party without the prior written contract of Engineer. However, City shall be permitted to authorize the contractor, subcontractors and material or equipment suppliers to reproduce applicable portions of the Instruments of Service appropriate to and for use in their execution of the Work. Submission or distribution of Instruments of Service to meet official regulatory requirements or for similar purposes in connection with the Project is permitted. Any unauthorized use of the Instruments of Service shall be at City's sole risk and without liability to Engineer and its Engineers. Prior to Engineer providing to City any Instruments of Service in electronic form or City providing to Engineer any electronic data for incorporation into the Instruments of Service, City and Engineer shall by separate written contract set forth the specific conditions governing the format of such Instruments of Service or electronic data, including any special limitations not otherwise provided in this Contract. Any electronic files are provided by Engineer for the convenience of City, and use of them is at City's sole risk. In the case of any defects in electronic files or any discrepancies between them and any hardcopy of the same documents prepared by Engineer, the hardcopy shall prevail. Only printed copies of documents conveyed by Engineer shall be relied upon. Engineer shall have no liability for changes made to the drawings by other engineers subsequent to the completion of the Project. Any such change shall be sealed by the engineer making that change and shall be appropriately marked to reflect what was changed or modified. ARTICLE 15 PERSONNEL,EOUIPMENT AND MATERIAL Engineer shall furnish and maintain, at its own expense, quarters for the performance of all Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering Services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall immediately be removed from association with the project when so instructed by City. Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the Engineering Services required under this Contract, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under this Contract without prior written approval from City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by City prior to Engineering Services being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Contract. 8 ARTICLE 17 EVALUATION OF ENGINEERING SERVICES City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the Engineering Services performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERNIINATION This Contract may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the Engineering Services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty(30) days' written notice to Engineer. (5) By satisfactory completion of all Engineering Services and obligations described herein. Should City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the Engineering Services performed by Engineer prior to termination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 9 Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above, then the amount charged during the thirty-day notice period shall not exceed the amount charged during the preceding thirty(30)days. If Engineer defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer in performing the Engineering Services to the date of default, the amount of Engineering Services required which was satisfactorily completed to date of default, the value of the Engineering Services which are usable to City, the cost to City of employing another firm to complete the Engineering Services required and the time required to do so, and other factors which affect the value to City of the Engineering Services performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations,then City may take over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be liable to City for any additional and reasonable costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the Engineering Services under this Contract. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Engineer shall comply with all applicable federal, state and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance. Engineer shall further obtain all permits and licenses required in the performance of the Engineering Services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales,Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Contract, which are caused by or which result from the negligent error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. 10 Engineer shall also save and hold City harmless from any and all expenses, including but not limited to reasonable attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such negligent activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON-COLLUSION,FINANCIAL INTEREST PROHIBITED (1) Non-collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission,percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars per claim from a company authorized to do insurance business in Texas and 11 otherwise acceptable to City. Engineer shall also notify City, within twenty-four(24)hours of receipt, of any notices of expiration, cancellation, non-renewal, or material change in coverage it receives from its insurer. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section(3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Engineer shall notify City thirty (30) days prior to the expiration, cancellation, non- renewal or any material change in coverage, and such notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self-Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled "Certificates of Insurance." ARTICLE 27 COPYRIGHTS City shall have the royalty-free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purposes. 12 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 13 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Greg Swoboda Senior Project Manager 2300 Greenhill Drive, Suite 110 Round Rock, TX 78664 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, 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 Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. 14 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion,judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion,judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above-stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF,the City of Round Rock has caused this Contract to be signed in its corporate name by its duly authorized City Manager or Mayor, as has Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY OF RO ROCK, TE S APPR D AS TO FO By: Craig Mor an,Mayr Steph L. Sheets, City Attorney ATTEST: B5& L.". Y• Sara L. White, City Clerk GARVER L By: Signa u . of Pri,cip Pri a ame: cc.,/ 15 LIST OF EXHIBITS ATTACHED (1)Exhibit A City Services (2)Exhibit B Engineering Services (3)Exhibit C Work Schedule (4) Exhibit D Fee Schedule (5)Exhibit E Certificates of Insurance 16 EXHIBIT A City Services The City of Round Rock will furnish to the Engineer the following items/information: 1. Record drawings and documents pertaining to projects in the area, including easement documents, construction plans,test records, aerial photography,topography, maps, etc. 2. Previous reports for the project areas. 3. Geotechnical information for the project areas. 4. Operational limitations for the project areas. 5. Construction limitation for the project areas. 6. Previous contact information for other utilities in the area. EXHIBIT B Engineering Services General The scope of services includes surveying, geotechnical services, design, bidding services and construction administration services for PRV-2, PRV-4, PRV-9 and the BCRUA Valve and Line Improvements. The improvements will be located at four (4) different sites. The design will include the replacement of a flow control valve and vaults at three(3)of the sites and the BCRUA site will include a new flow meter, flow meter vault, new PRVs and approximately 125 ft of 16" pipe. 1.0 Survey and Geotechnical 1.1 Survey Survey data will be collected at the four(4) sites for designing the project. This field information shall be based on NAD-83, Texas State Plane Coordinates, Central Zone 4203. Consultant will subcontract with a survey firm to perform the following: 1. The topographic surveys will utilize methods at intervals and for distances at and/or along the project site as appropriate for surveying the existing ground, including locations of pertinent features or improvements. Surveyor will locate back of curbs, buildings and other structures, streets, drainage features, trees over eight inches in diameter, visible utilities as well as those underground utilities marked by their owners and/or representatives,and any other pertinent topographic features that may be present at and/or along the project site. 1.2 Geotechnical Services Consultant will subcontract with a geotechnical engineering firm to perform the following services: • The geotechnical investigations will be conducted at three(3)of the four(4)project sites. It is planned that a single bore will be drilled at each site. The boring depth will vary at each site to a depth of about four(4)feet below the anticipated depth of the structure. The depth of the borings are estimated to be as flows: o PRV-2 20 ft o PRV-4 20 ft o PRV-9 20 ft • Geotechnical Report—A geotechnical report will be prepared with boring logs for use in the project. Key Understanding: • The City will be responsible for obtaining any rights of entry(ROE)for the locations. • The City is responsible for locating existing utilities. • All sites are accessible for a drill truck. 1 2.0 60% Design Phase Services Garver will provide preliminary design phase services for a 60%design deliverable. The preliminary design phase services will include: • Preparing for and conducting a kick-off meeting; provide meeting notes. • Compiling and reviewing the existing site information for each of the four(4) sites. • Performing a site visit of each of the sites on the same day as the kick-off meeting. • Preparing general,civil, structural and electrical plans for: o PRV-2 o PRV-4 o PRV-9 o BCRUA Valve& Line Extension • Preparing miscellaneous details. • Preparing Erosion and Sedimentation Control Plan • Preparing specifications. • Preparing an Opinion of Probable Construction Cost (OPCC). • Meeting/coordination with City to review 60% design. Key Understanding: • The City will be responsible for any modifications within the existing RTU panels. • The City will be responsible for making all field connections to all field instruments, including the pressure reducing valves, pressure transmitters, and flow meters. • The electrical design provided by Garver will be limited to 120 volt power required for the sump pump, lighting, light switch, and junction box.The electrical design will also include provisions for the City to install instrumentation wiring from the RTU to the field instruments. 3.0 Final Design Phase Services Garver will provide final design phase services.The final design phase services will include: • Preparing 95%complete general,civil,structural and electrical plans for: o PRV-2 o PRV-4 o PRV-9 o BCRUA Valve& Line Extension • Preparing miscellaneous details. • Preparing Erosion and Sedimentation Control Plan. • Preparing specifications. • Providing an update to the Opinion of Probable Construction Cost (OPCC). • Meeting/coordination with City to review 95% design. • Coordination with TCEQ. • Coordination with TCEQ regarding letter notification of WPAP. • Coordination with utility companies. • Preparing bid set documents including contract documents, plans,and specifications. • Providing a final update to the Opinion of Probable Construction Cost(OPCC). 2 Key Understanding: • The City will be responsible for obtaining any temporary or permanent easement for the sites. • General construction notes will be included to require the contractor to prepare, implement,and maintain a construction traffic control plan,as required. • General construction notes will be included to require the contractor to prepare, implement, and maintain a Stormwater Pollution Prevention Plan (SWPPP),as required. • Documents will be prepared for one(1)submittal to the Texas Commission of Environmental Quality (TCEQ)for review. • Any required permit fees will be paid for by the City. 4.0 Bidding Phase Services Garver will provide bid phase services including: • Coordination with City. • Preparing Advertisement for Bids to be published by the City. • Responding to questions,as required. • Preparing addenda,as required. • Participating in one (1)pre-bid meeting. • Attending bid opening. • Preparing bid tabulation. • Evaluating bids and recommend award. • Preparing conformed documents. Key Understanding: • The project will be bid as one project. • The City will pay advertising costs. • The City will distribute construction contract documents to prospective bidders. • The City will prepare the notice to proceed • The City will prepare the front end for the conformed documents 5.0 Construction Phase Services Garver will provide the following construction phase services: • Attend (1)preconstruction meeting. • Coordination with City. • Coordination/response to Contractor questions. • Attend up to six(6)progress/coordination meetings with the City/Contractor. • Evaluate and respond to construction material submittals and shop drawings. Corrections or comments made by Garver on the shop drawings during this review will not relieve Contractor from compliance with requirements of the drawings and specifications.The check will only be for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The Contractor will be responsible for confirming and correlating all quantities and dimensions, selecting fabrication processes and techniques of construction,coordinating his work with that of all other trades, and performing his work in a safe and satisfactory manner. Garver's review shall not constitute approval of safety precautions or constitute approval of construction means, methods, techniques, sequences, procedures, or assembly of 3 various components. When certification of performance characteristics of materials, systems, or equipment is required by the Contract Documents, either directly or implied for a complete and workable system, Garver shall be entitled to rely upon such submittal or implied certification to establish that the materials, systems or equipment will meet the performance criteria required by the Contract Documents. • Respond to RFIs regarding the construction contract documents. • When authorized by the City, prepare up to one(1)change order for changes in the work. • Provide substantial completion walk-thru and prepare punch list. • Provide Engineer Acceptance Letter based on the City's final project walk-through. • Prepare record drawings based on red-lined drawings provided by the Contractor. Key Understanding: • Garver will not review or approve monthly or final pay requests. • Garver will only provide two(2) substantial completion walk-thru for the four(4)total sites. Assumes that two(2)substantial completions are conducted on one(1)day. • Garver will not conduct final project walk-through(s). • Garver will not review or approve project closeout documentation. 6.0 Project Deliverables The following will be submitted to the City, or others as indicated, by Garver: • Kick-off Meeting notes • Three(3) half-size (11"x17") copies of the 60% and 95%plans and specifications with opinion of probable construction cost • Three(3) half-size (11"x17") copies of the final (bid set) plans and specifications with opinion of probable construction cost • Three(3) half-size (11"x17") copies of the conformed set of plans and specifications • One(1) half-size (11"x 17") copy of Record Drawings • Engineer Acceptance Letter • One electronic copy(pdf) of Record Drawings 7.0 Extra Work The following items are not included under this agreement but will be considered as Extra Work. Extra Work will be as directed by the City in writing for an additional fee as agreed upon by the City and Garver. 1. SCADA Programming or Integration. 2. TxDOT coordination. 3. Materials testing. 4. Environmental services. 5. Sewer design. 6. Preparation of easement descriptions or land acquisition assistance. 7. Subsurface Utility Exploration (SUE), except as noted above. 8. Design of utility relocations. 9. Operational audit/optimization. 10. Water testing. 11. TCEQ variance negotiations. 4 12. Utility coordination meetings. 13. Funding assistance. 14. Fees associated with any construction permits. 15. Preparation or submission of a Stormwater Pollution Prevention Plan(SWPPP). 16. Development of WPAPs,except as noted above. 17. Drainage study. 18. Construction observation. 19. Warranty assistance. 20. Redesign for the Owner's convenience or due to changed conditions after previous alternate direction and/or approval. 21. Attendance at any City Council meetings. 22. Attendance beyond the site visits noted in the scope. 23. Review of any pay requests. 24. Development of more than one(1)change order. Extra Work will be as directed by the City in writing for an additional fee as agreed upon by the City and Garver. 5 EXHIBIT C Work Schedule Discounting unforeseen conditions and circumstances beyond GARVER's control,and the time associated with City and City review, GARVER shall complete the work in accordance with the following estimated schedule: Description Duration . . Days Survey and Geotechnical Services 60 days following NTP 60% Design Phase 60 days following receipt of survey and geotechnical information Final Design Phase 90 days following approval of preliminary design Bid Phase Services 75 days following receipt of permits and approval of final design Construction Phase Services 12 months (estimated)following NTP EXHIBIT D Fee Schedule FEE SUMMARY Professional Services Estimated Fees Geotechnical Services $5,000.00 Survey $6,500.00 Preliminary Design $42,383.50 Final Design $40,360.00 Bidding Services $8,074.00 Construction Phase Services $35,620.00 Total $137,937.50 1 City of Round Rock PRV 2,4, 9 and BCRUA Valves and Pipeline 60% DESIGN PHASE SERVICES WORK TASK DESCRIPTION E-6 E-5 E-4 E-3 E-2 D-2 X-2 1. Process/Civil Engineering Kick-off Mt /Site Visit 6 12 Review Existing Documents 2 4 Preliminary Plans PRV-2 Plan and Profiles 1 10 16 PRV-4 Plan and Profiles 1 10 16 PRV-9 Plan and Profiles 1 10 16 BCRUA-Valve and Line Extension 1 14 19 Miscellaneous Details 1 10 16 Specifications 2 13 3 QC Review 4 60%Set Plans and Specifications 1 4 4 2 Opinion of Probable Construction Cost 1 6 Coordination with Utility Companies 2 Meeting/Coordination with City 4 4 Subtotal-Process/Civil Engineering 25 0 99 0 87 5 0 2. Structural Engineering Review Existing Documents 1 2 PRV-2,4 and 9 Standard Plan,Section and 2 10 8 Detail BCRUA Plans,Sections and Details 1 6 4 Standard Details 2 2 Specifications 1 2 QC Review 2 4 Opinion of Probable Construction Cost 1 4 Subtotal-Structural Engineering 8 0 0 0 30 14 0 0 3. Mechanical Engineering Subtotal-Mechanical Engineering 0 0 0 0 0 0 0 4. Electrical Engineering Review Existing Documents 1 2 Preliminary Plans PRV-2,4&9 Standard Electrical Plan 0.25 1 5 1.5 BCRUA-Electrical Plan 0.5 2 4 2 Miscellaneous Details 1 1 Specifications 3 3 QC Review 2 60%Set Plans and Specifications 2 2 1 Opinion of Probable Construction Cost 1 2 2 Coordination with City 2 Subtotal-Electrical Engineering 3.75 0 11 0 14 8.5 4 0 Hours 36.75 0 11 99 44 109.5 9 0 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $375.00 SUBTOTAL: $42,383.50 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $42,383.50 2 City of Round Rock PRV 2,4,9 and BCRUA Valves and Pipeline FINAL DESIGN WORK TASK DESCRIPTION E-6 E-5 E-4 E-3 E-2 D-2 X-2 1. Process/Civil Engineering 95%Documents PRV-2 Plan and Sections 1 7 12 PRV-4 Plan and Sections 1 7 12 PRV-9 Plan and Sections 1 7 12 BCRUA-Valve and Line Extension 1 8 16 Miscellaneous Details 1 4 8 Contract Documents/Specifications 2 7 4 QC Review 4 95%Set Plans and Specifications 1 2 2 1 Opinion of Probable Construction Cost 1 2 Coordination with TCEQ 1 2 Coordination with Utility Companies 2 Meeting/Coordination with City 4 4 Bid Set Documents Finalize Plans and Sections 1 4 6 Finalize Miscellaneous Details 1 4 6 Finalize Contract Documents/Specifications 1 4 2 2 Opinion of Probable Construction Cost 1 2 Coordination with TCEQ 2 Coordination with TCEQ-WPAP Letter 4 10 Coordination with Utility Companies 2 Subtotal-Process/Civil Engineering 26 0 80 0 76 7 0 2. Structural Engineering PRV-2,4 and 9 Standard Plan,Section and D 2 19 8 Detail BCRUA Plans,Sections and Details 1 13 4 Standard Details 2 2 Specifications 1 4 QC Review 4 Opinion of Probable Construction Cost 2 2 Subtotal-Structural Engineering 10 0 0 0 40 14 0 0 3. Mechanical Engineering Subtotal-Mechanical Engineering 0 0 0 0 0 0 0 4. Electrical Engineering 95%Documents PRV-2,4 and 9 Standard Detail 0.25 2 5 1.5 BCRUA-Electrical Plan 0.5 2 4 2 Miscellaneous Details 1 1 Contract Documents/Specifications 1 4 QC Review 2 95%Set Plans and Specifications 1 1 1 Opinion of Probable Construction Cost 1 1 1 Coordination with Utility Companies Bid Set Documents Finalize Pians 1 1 1 Finalize Miscellaneous Details 1 1 1 Finalize Contract Documents/Specifications 1 2 Opinion of Probable Construction Cost 0.5 0.5 0.5 Subtotal-Electrical Engineering 2.75 0 9.5 0 14.5 9 7 0 Hours 38.75 0 9.5 80 54.5 99 14 0 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $275.00 SUBTOTAL: $40,360.00 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $40,360.00 3 City of Round Rock PRV 2, 4, 9 and BCRUA Valves and Pipeline BIDDING PHASE SERVICES WORK TASK DESCRIPTION E-6 E-5 E-4 E-3 E-2 D-2 X-2 1. Process/Civil Engineering Coordination with City 1 2 Prepare Advertisement 1 1 Addendums/Response to Questions 1 8 4 Pre-Bid Meeting 1 2 Bid Opening 2 Prepare bid tabulation 1.5 Evaluate bids and recommend award 1 1 1 Prepare conformed documents 4 6 2 Subtotal-Process/Civil Engineering 4 0 21.5 0 10 4 0 2. Structural Engineering Addendums/Response to Questions 2 Prepare conformed documents 1 1 1 Subtotal-Structural Engineering 0 3 0 0 1 1 0 3. Mechanical Engineering Subtotal-Mechanical Engineering 0 0 0 0 0 0 0 4. Electrical Engineering Addendums/Response to Questions 4 2 2 Prepare conformed documents 1 4 1 Subtotal-Electrical Engineering 0 0 5 0 0 6 3 0 Hours 4 3 5 21.5 0 17 8 0 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $275.00 SUBTOTAL: $8,074.00 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $8,074.00 4 City of Round Rock PRV 2, 4, 9 and BCRUA Valves and Pipeline CONSTRUCTION PHASE SERVICES WORK TASK DESCRIPTION E-6 E-5 E-4 E-3 E-2 D-2 X-2 1. Process/Civil Engineering Preconstruction Meeting 2 4 Progress Meetings with Contractor/City(6) 6 20 Coordination with City 4 12 Coordination with Contractor 4 12 Shop Drawings/Material Submittals 4 24 8 Request for Information 2 6 Prepare Change Order 2 8 2 Substantial Completion Walk-thru(2) 6 12 Engineer Acceptance Letter 0.5 1 Record Drawings 1 6 16 Subtotal-Process/Civil Engineering 31.5 0 105 0 18 8 0 2. Structural Engineering Shop Drawings/Material Submittals 2 8 Request for Information 2 2 Record Drawings 1 2 Subtotal-Structural Engineering 0 5 0 10 2 0 0 3. Mechanical Engineering Subtotal-Mechanical Engineering 0 0 0 0 0 0 0 4. Electrical Engineering Coordination with City 4 Coordination with Contractor 8 Shop Drawings/Material Submittals 8 8 Request for Information 8 2 Prepare Change Orders 4 4 Record Drawings 2 2 4 Subtotal-Electrical Engineering 0 0 34 0 16 4 0 0 Hours 31.5 5 34 105 26 24 8 0 SUBTOTAL-DIRECT NON-LABOR EXPENSES: $750.00 SUBTOTAL: $35,620.00 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $35,620.00 5 EXHIBIT E Certificates of Insurance Attached Behind This Page DATE(MM/DD/YYYY) A�Ra CERTIFICATE OF LIABILITY INSURANCE 10/5/2017 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(ies)must have ADDITIONAL INSURED provisions or be endorsed. 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). CONTACT PRODUCER Stephens Insurance NAME: Kathy Jones 111 Center Street, Suite 1400 PHONE FAX Little Rock, AR 72201 A/c No Ext): 501 377-8502 A/C No): 501 537-6038 E-MAIL ADDRESS: kath Jones@Ste hens.com INSURERS AFFORDING COVERAGE NAIC# www.stephens.com INSURER A: Travelers Idemni Co AM Best A+XV 25658 INSURED INSURER B: Charter Oak Fire Insurance Co AM Best A++X 25615 Garver LLC INSURER C: Travelers Prop Cas Co of America AM Best A++XV 25674 2300 Greenhill Drive Buildinq#1, 2nd Floor, Ste 110 INSURER D: Continental Casual Co. AM Best AXV 20443 Round Rock TX 78664 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 38233493 REVISION NUMBER: 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. INSR ADDLTYPE OF INSURANCE JUM SUER POLICY NUMBER MM/DD� MPOLICY EXP LIMITS LTR WVD A ✓ COMMERCIAL GENERAL LIABILITY P-630-1 G052988-TIA-1 7 7/1/2017 7/1/2018 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED CLAIMS-MADE ❑✓ OCCUR PREMISES(Ea occurrence) $ 300,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICYF71 PE� F LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY P-8101GO52988COF-17 7/1/2017 7/1/2018 Ee COMBINED INaccidDtSINGLELIMIT $ 1,000,000 ✓ ANY AUTO BODILY INJURY(Per person) $ OWNEDSCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ ✓ AUTOS ONLY ✓ AUTOS ONLY Per accident $ C ✓ UMBRELLA LIAB �/ OCCUR PSMCUP6J09853A 7/1/2017 7/1/2018 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED ✓ RETENTION$10000 $ A WORKERS COMPENSATION PEUB-1G01589-A-17 7/1/2017 7/1/2018 STATUTE EORH AND EMPLOYERS'LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? rN N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 D Professional Liability-Primary AEH591890411 7/1/2017 7/1/2018 Each Claim Limit$2,000,000 claims made DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Ref: PRV 2,4,9 and BCRUA Valves and Pipeline Project /Garver Project#17188070 30 days notice of cancellation will be provided for all reasons other than non-payment of premium as required by written contract. The Certificate Holder is named as an Additional Insured on the General Liability and Automobile Liability as required by written contract. Waiver of Subrogation applies in favor of the Certificate Holder on the General Liability,Auto and Work Comp as required by written contract. CERTIFICATE HOLDER CANCELLATION City of Round Rack SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Cit Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221 E. Main Street Round Rock TX 78664 AUTHORIZED REPRESENTATIVE Ted Grace ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 38233493 1 1-2017 - $2 Mil PROF LIAB I Kathy Jones 1 10/5/2017 9:21:52 AM (CDT) I Page 1 of 1 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. Garver,LLC 2017-264207 Round Rock,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/22/2017 being filed. City of Round Rock,Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 17188070 Engineering design services for pressure reducing valve improvements for the city of Round Rock. 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling intermediary Griffin, Michael Round Rock,TX United States X Holder,Jr.,Jerry Round Rock,TX United States X Hoskins, Brock Round Rock,TX United States X Jones, Steven Round Rock,TX United States X Parker, Herbert Round Rock,TX United States X Mcillwain, Frank Round Rock,TX United States X Williams, Daniel Round Rock,TX United States X 5 Check only if there is NO Interested Party, ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. �•��"Y'n+`�•, KIRSTEN M. GUFFEY z *%r� Notary Public,State of Texas Comm. Expires 07-21-2020�. "a"° Notary ID 130748538 -- Sfg azure of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said ���vi L M G 114 L"t ✓( this the C�12 da �L �C�► k —dayof 20 1 ,to certify which,witness my hand and seal of office. 0 Signature of officer administering oath Printed name of officer administering o th Title of officer a -ministering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-264207 Garver, LLC Round Rock,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/22/2017 being filed. City of Round Rock,Texas Date Acknowledged: 10/16/2017 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 17188070 Engineering design services for pressure reducing valve improvements for the city of Round Rock, 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Williams, Daniel Round Rock,TX United States X Mclllwain, Frank Round Rock,TX United States X Parker, Herbert Round Rock,TX United States X Jones, Steven Round Rock,TX United States X Hoskins, Brock Round Rock,TX United States X Holder,Jr.,Jerry Round Rock,TX United States X Griffin, Michael Round Rock,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337