R-11-07-14-11F2 - 7/14/2011RESOLUTION NO. R -11-07-14-11F2
WHEREAS, the City of Round Rock desires to retain engineering services for the Signal
Improvements on University at Teravista Club Dr., Sandy Brook Dr., and College Park Dr., and on
A.W. Grimes at Creek Ridge Blvd., and
WHEREAS, Kimley-Horn and Associates, Inc. has submitted a Contract for Engineering Services
to provide said services, and
WHEREAS, the City Council desires to enter into said contract with Kimley-Horn and
Associates, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City a Contract
for Engineering Services with Kimley-Horn and Associates, Inc. for the Signal Improvements on
University at Teravista Club Dr., Sandy Brook Dr., and College Park Dr., and on A.W. Grimes at
Creek Ridge Blvd., a copy of said contract being attached hereto as Exhibit "A" and incorporated
herein for all purposes.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 14th day of July, 2011.
)14/Z ------
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
SARA L. WHITE, City Secretary
O:\wdox\SCCInts\0112\ 1104\MUNICIPAL \00226705.DOC/rmc
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: KIMLEY-HORN AND ASSOCIATES, INC. ("Engineer")
ADDRESS: 10415 Morado Circle, Bldg. I, Ste. 300, Austin, Texas 78759
PROJECT: Signal Improvements on University at Terravista Club Dr., Sandy Brook Dr., and
College Park Dr.; and on A.W. Grimes at Creek Ridge Blvd.
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made.and entered into on
this the day of , 2011 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. 05/10
0199.7175; 00224949 00192831
TX05-TRFS1G-Group J
1
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
the Engineering Services performed and to be performed under this Contract.
The amount payable under this Contract, without modification of the Contract as provided
herein, is the sum of Seventy Nine Thousand. Ninety -Seven and 71/100 Dollars ($79,097.71) as shown
in Exhibit D. The lump sum amount payable shall be revised equitably only by written Supplemental
Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only if approved by written Supplemental Contract.
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
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3
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:
Chad Andrew Wood, P.E.
Transportation Engineer
Transportation Department
2008 Enterprise Drive
Round Rock, Texas 78664
Telephone Number (512) 218-6601
Fax Number (512) 218-5563
Email Address cwood@round-rock.tx.us
4
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:
Brian David VanDeWalle, P.E., PTOE
Transportation Engineer
10415 Morado Circle, Bldg. I, Ste. 300
Austin, Texas 78759
Telephone Nurnber (512) 418-4500
Fax Number (512) 418-1771
Email Address brian.vandewalle@kimley-horn.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
fi►11 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 01? 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 Instrutnents 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
Instrutnents 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, EQUIPMENT 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
TERMINATION
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 fulfinI 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) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non-
renewal or reduction in limits by endorsement a 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:
Brian David VanDeWalle, P.E., PTOE
Transportation Engineer
10415 Morado Circle, Bldg. 1, Suite 300
Austin, Texas 78759
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 ROUND ROCK, TEXAS
By:
Alan McGraw, Mayor
ATTEST:
By:
Sara L. White, City Secretary
KIMLIW -HORN AND A SOCIATES, INC.
/il, 0".4)...4... ---
By:
Signature of Principal L � �
Printed Name: Hooke «� a,� eeu &fen
15
AP
VED Ls
T FORM:
Step
L. Sheets, City Attorney
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
EXHIBIT A
City Services
City: Round Rock, Texas
Location(s): Multiple Intersections
University Boulevard @ Terravista Club Drive
University Boulevard @ Sandy Brook Drive
University Boulevard @ College Park Drive
A.W. Grimes Boulevard @ Creek Ridge Boulevard
Project: Signal Improvements
SCOPE OF WORK OVERVIEW
The PROJECT will consist of traffic signal designs for four intersections in Round Rock, Texas.
SERVICES TO BE PROVIDED BY THE CITY
A. Provide a project coordinator to work with Kimley-Horn and Associates, Inc. (KHA)
during the development of the project.
B. Provide example plans for City of Round Rock formatting preferences.
C. Provide GIS layers with City utility locations for each of the intersections.
D. Provide example Bid Documents for City of Round Rock formatting preferences.
E. Provide MSWord files with Construction Contract and Bid Document boilerplate.
F. Provide available as -built plans showing the location of storm sewer, water lines, and
wastewater lines.
G. Provide City specific detail sheets for traffic signals.
H. Provide utility contact information.
EXHIBIT B
Engineering Services
City: Round Rock, Texas
Location(s): Multiple Intersections:
University Boulevard.@ Terravista Club Drive
University Boulevard @ Sandy Brook Drive
University Boulevard @ College Park Drive
A.W. Grimes Boulevard @ Creek Ridge Boulevard
Project: Signal Improvements
SCOPE OF WORK OVERVIEW
Kimley-Horn and Associates, Inc. (KHA) will provide design plans, specifications, estimates, and bid
documents for traffic signal designs at four (4) intersections in Round Rock, Texas.
The following assumptions pertain to this Scope of Work:
■ Each intersection will be mast arm pole installations with VIVDS detection and Opticom.
• It is likely that a fourth leg will be added to the intersection of University @ College Park
Drive due to new development on the north side of the intersection. The signal will be built
to accommodate the ultimate intersection configuration.
• Base drawings for the intersection will be based on record drawings provided by the City of
Round Rock. A One -Call Utility locate will be issued to field verify all marked utilities.
■ Design will be based on TxDOT standards and specifications.
• Plans will be prepared in accordance with the Texas Manual on Unifoini Traffic Control
Devices (TMUTCD).
• Bid Documents will be based on standard contract material provided by the City of Round
Rock.
■ No federal funds will be used in the construction of these projects.
KHA will submit draft plans within nine weeks of receiving authorization to proceed. Final plans will
be submitted within two weeks of receiving City review comments.
TASK 1.0 PROJECT ADMINISTRATION
Project management spans the entire duration of the project and involves monitoring and coordination
of services provided to the City to assure timely and efficient completion of the project. Included in
this task are project control and scheduling, documentation, reporting requirements, staff forums,
meetings, and quality control.
Subtask 1A. Documentation
Surveying notes, reports, technical memoranda, status reports, invoices, and other correspondence
relevant to the project will be summarized and turned over to the City at the conclusion of the project.
Subtask 1B. Reporting Requirements
Monthly email status reports will be prepared and submitted to the City. The emails will contain a
general report of project progress and contract fulfillment.
Subtask IC. Meetings
Project review and project specific technical meetings will be conducted under this subtask. Unless
otherwise stated herein, it is assumed that all Project review meetings will be held at the City of Round
Rock Public Works Department offices. It is agreed for budgeting purposes that one kickoff meeting,
one field review meeting, one PS&E review meeting and one technical meeting will be held relative to
the Project.
Subtask ID. Project Coordination
The Engineer will coordinate data collection and design efforts with City staff.
TASK 2.0 BASE MAPS, AND SPECIFICATIONS ASSEMBLY
This task includes the collection and organization of data by the Engineer for use in other tasks of this
project. The specific type, quantity and other requirements of the data to be surveyed, collected,
reduced, and/or organized by the Engineer are described in the following subtasks.
(a) KHA will assemble applicable design standards and specifications from TxDOT.
(b) KHA will gather available existing record drawings and design file information of the Project
from City of Round Rock files.
(c) KHA will conduct a one call utility Locate for the site investigation. KHA will perform a field
reconnaissance of the intersection to determine existing pavement widths, lane configurations,
traffic control devices, and above ground utility locations.
(d) KHA will prepare a base map of existing geometries, utilities, and traffic control devices, from
record drawings and site reconnaissance.
2
(e) KHA will collect vehicle turning movement counts at up to 20 locations, as directed by the
City.
TASK 3.0 PRELIMINARY PLANS & SPECIFICATIONS
KHA will prepare preliminary traffic signal designs for the project locations. The basic design
parameters will be based on discussions with the City of Round Rock and applicable TxDOT
standards. Using the base maps from Task 2.0, KHA will prepare a conceptual layout showing the
locations of the controller cabinet and signal poles. The conceptual layout will be utilized in a field
review meeting with City staff and the electric utility provider. Adjustments will be made based on
field conditions.
Following the field review meeting, KHA will produce, provide internal quality control/quality
assurance for, and submit preliminary plans and a list of specifications to the City of Round Rock for
review and comment. The anticipated sheets to be prepared and submitted are:
(a) Title Sheet;
(b) General Notes;
(c) Quantity Estimates
(d) Existing Conditions;
(e) Signal Layout;
(f) Signal Elevations;
(g) Conduit Run and Wiring Summaries;
(h) Phasing and Detection Schemes;
(i) Signing and Pavement Markings; and
(j) Preliminary, detail sheets
Specifications for inclusion in the bid documents will also be submitted to the City for review and
comment.
Task 3 deliverables will include three (3) copies of the signal layout sheets, summary chart sheets, all
modified TxDOT standard sheets, timber pole standard sheets, and a list of all applicable
specifications.
TASK 4.0 FINAL PLANS. SPECIFICATIONS & ESTIMATES
Following the review meeting described in Subtask 1(c), KHA will produce the final plans,
specifications, engineer's opinion of probable construction cost, and bid document package. Final
plans and specifications will be submitted to the City.
Task 4 deliverables will include:
(a) Final Plans. Three (3) paper copies will be provided to the City. Following receipt of
construction as built markups from the contractor, one (1) set of reproducible record drawings
will be provided to the City.
(b) Final Engineer's Opinion of Probable Construction Cost. Three (3) copies will be provided to
the City.
TASK 5.0 BID DOCUMENTS
KHA will prepare bid documents for the signal design and intersection modifications.
Bidding documents, including specifications for the subject Work and the construction contract, will
be based on standard City of Round Rock documents.
Preliminary bid documents will be submitted to the City for review and comment. After receiving
review comments, one (1) set of unbound specifications and bid documents will be provided to the
client.
The deliverables under this task will include:
a) Preliminary Bid Documents. One (1) unbound set will be provided to the City.
b) Final Bid Documents. One (1) set of reproducible originals and one (1) bound copy will be
provided to the City.
TASK 6.0 CONSTRUCTION BIDDING ASSISTANCE
If required, KHA will also provide bidding assistance to the City. This will include the following:
a) Providing copies of the plans and bid documents on an online plan room.
b) Sending out fax notices to known traffic signal contractors.
c) Responding to contractor questions through -the issuance of addenda.
d) Attend bid opening, prepare a tabulation of bids, and prepare a letter of recommendation for
award of the contract.
e) Prepare the contract documents for execution by the contractor, receive and . review such
documents for completeness, and forward to the Client for review and execution.
TASK 7.0 CONSTRUCTION PHASE SERVICES
KHA will provide the City with the services during construction listed below, which are only related to
the civil improvements designed under this contract for one phase. The City will administer all
construction contracts. KHA will:
(a) Make up to three (3) visits to the project site, at intervals appropriate to the various stages of
construction as KHA deems necessary, in order to observe the progress and quality of the civil
aspects of the work of the construction contractor. Based on KHA's site visits, KHA will
inform the City as to the progress of the work and advise the City of any substantial defects and
deficiencies in the work of the contractor which are discovered by KHA, or are otherwise
brought to KHA's attention.
(b) Attend one (1) pre -construction meeting with the City, Contractor, or other members of the
project team. Additional meetings, if required, will be invoiced on an hourly basis.
(c) Consult with and advise the City and issue instructions to the contractor on civil engineering
items requested by the City.
(d) Conduct, in company with City staff, a final inspection of the traffic signal facilities of the
project for conformance with the design concept of the project and in general compliance with
the Contract.
(e) Provide Engineer's concurrence letter to the City indicating that the traffic signal and median
modification -related portions of the project were constructed in general conformance with the
construction plans and specifications.
KHA -shall not be responsible for the means, methods, techniques, sequences or procedures of
construction selected by the Contractor or the safety precautions and programs incidental to the work
of the Contractor. KIIA shall not guarantee the performance of the Contractor nor be responsible for
the acts, errors, omissions, or the failure of the Contractor to perform the construction work in
accordance with the Contract Documents.
The City agrees to include in all construction contract provisions for Contract indemnification of both
the City and KHA for Contractor's negligence and to name both the City and KHA as additional
insured on applicable contractor's insurance policies.
TASK 8.0 TRAFFIC COUNTS
(a) KHA will collect vehicle turning movement counts at up to 20 locations, as directed by the
City. This service will be provided by GRAM Traffic Counts and billed on a cost plus basis.
EXHIBIT C
Work Schedule
Attached Behind This Page
d0
p T 2 8
g E0 m
V� g v c
i9i d Y N
.S T
W gigUto to 2 y3EPEE
UQ .Vwm$
Aiil
To y • UC u
i"i $ci
1-
0
PSE for Traffic Signal Imrovements:
al
?
I
47%
40
00
..
n
H
.�-1
m
..
410.
a
1-1Y
0
411.7U!
co1
111
o
.1110.
n
to
LA
a
m
N
d21
m
.....-i
X
m
.-i
.-1
Y
N
(Base Maps / Field Recon
Cm
Y
(Preliminary Layouts
g�
i`n
NOP/Coordination
(Preliminary PS&E 1
w
gm
C
A
g
a
d
N
BId Opening /Tabulations
IpunoO Alli
E
Z
CConstruct on Phase 1
Drawing of Record
EXHIBIT D
Fee Schedule
Attached Behind This Page
EXHIBIT D
Fee Schedule
Project Name: Signal Improvements
University Boulevard @ Terravista Club Drive
University Boulevard @ Sandy Brook Drive
University Boulevard @ College Park Drive
A.W. Grimes Blvd. @ Creek Ridge Blvd
Consultant: Kimley-Horn and Associates, Inc.
Cost Component, Hours
Project Manager
Engineer
EIT
Project Accountant
Clerical Admin
Total Hours
Total
Hours
Cost Component, Dollars
Project Manager
Engineer
EIT
Project Accountant
Clerical Admin
Direct
Hourly
Rate
$68.66
$35.34
$27.77
$30.29
$22.72
Direct
Labor
Cost
$10,161.68
$6,997.32
$4,554.28
$363.48
$363.52
Indirect
Cost
$19,802.07
$13,635.68
$8,874.93
$708.31
$708.39
Profit @ 12.00%
Phone, Fax, Postage, Advertisements, Computer Time
Travel Expenses
Total Expenses
Total
Cost
148
198
164
12
16
538
$29,963.75
$20,633.00
$13,429.21
$1,071.79
$1,071.91
$66,169.65
$7,940.36
$4,872.20
$115.50
$4,987.70
Kimley-Horn (KHA) Lump Sum Fee Summary
Direct Labor
Indirect Costs ( 194.87%
Direct Costs
Profit @ 12.00%
SUBTOTAL KHA Fee
Subconsultant Fee Summary
Traffic Counts (not to exceed - by GRAM Traffic)
SUBTOTAL Subconsultants
$22,440.28
$43,729.37
$4,987.70
$7,940.36
r $79,097.711
$4,193.80
$4,193.80
TOTAL PROJECT FEES $83,291.51
Hour Breakdown by Task
PSSE for Traffic Signal Improvements At University Boulevard Terravista Club Drive
University Boulevard a Sandy Brook Drive
University Boulevard trg College Park Drive
AW. Grimes Blvd. DI Creek Ridge Blvd
79097.71207
DESCRIPTION OF WORK TASK
Total
Plan Sheet
Count
PM
Engr
E1T
Proj
Acet
Clerical
Admin
Total
Labor
Hours
L PROJECT MANAGEMENT
a
Project Setup-
4.0
4.0
8.0
b
Meetings
-
8.0
8.0
18.0
c
Repotting
-
8.0
4.0
12.0
d
Project Coordination
-
8.0
4.0
12.0
Subtotal
24.0
8.0
12.0
4.0
48.0
II. BASE MAPS AND SPECIFICATIONS
a
Assemble Design Standards end Specifications
-
4.0
4.0
20.0
28.0
b
Gather Available Record Drawings
-
4.0
4.0
8.0
16.0
c
Ona Can Laity Locale
-
8.0
8.0
16.0
d
Ste Recon
-
16.0
16.0
32.0
•
Prepare Base Map
-
4.0
4.0
24.0
32.0
Subtotal
28.0
36.0
60.0
124.0
It PRELPMNARY PLANS
a
Title Sheet
4.0
2.0
4.0
8.0
b
General Notes
4.0
8.0
4.0
12.0
c
Oua Dy Estimates
4.0
2.0
8.0
10.0
d
Signal Layout
4.0
4.0
4.0
32.0
40.0
is
Signal Elevations
4.0
4.0
4.0
24.0
32.0
1
Phasing and wring Diagrams
4.0
4.0
4.0
16.0
24.0
g
Detection Schemes
4.0
2.0
4.0
4.0
10.0
h
Condo/ and Cabtng Charts
4.0
4.0
8.0
16.0
28.0
Subtotal
32.0
30.0
40.0
82.0
162.0
W. FINAL PLANS
a
Tile Sheet
4.0
2.0
4.0
6.0
b
General Notes
4.0
4.0
4.0
8.0
c
OtantiiyEstknetes
4.0
4.0
8.0
12.0
d
Signal Layout
4.0
2.0
4.0
8.0
14.0
•
Signal Elevations
4.0
2.0
16.0
18.0
1
Phasing and Wring Diagrams
4.0
4.0 •
16.0
20.0
o
Detection Schemes
4.0
2.0
4.0
6.0
h
Conduit and Cabing Charts
4.0
2.0
8.0
10.0
1
Standard Distad Sheets
20.0
0.5
2.0
2.5
Subtotal
62.0
22.5
66.0
8.0
86.5
V. BID DOCUMENTS
a
Pratt Bid Docs
2.0
8.0
1.0
11.0
b
Special Specifications
-
4.0
4.0
e
Special Provisions
-
0.5
1.0
1.5
d
Revisions based on City Review
1.0
1.0
2.0
e
Final BM Docs
_
1.0
4.0
6.0
Subtotal
8.5
10.0
5.0
23.5
W. CONSTRUCTION BIDDING ASSISTANCE
a
Plan Sheets to Online Plan Room20
2.0
4.0
b
Fax Notices to Signal Contractors
1.0
1.0
2.0
c
Addenda issuance
1.0
1.0
2.0
d
Bld Operhing, Tabulation. Letter of Recommendation
0.5
2.0
2.5
•
Contact Doaxnaks
1.0
4.0
5.0
Subtotal
2.5
6.0
7.0
15.5
Vtl. CONSTRUCTION PHASE SERVICES
a
Ste risks (2)
12.0
12.0
24.0
b
Pre -Construction Meeting (1)
3.0
3.0
6.0
c
RFI
1.0
4.0
5.0
d
Final Inspections 1 Tum On (2 Hrs 1 kix)
16.0
12.0
28.0
•
Concurrence Letter
0.5
1.0
1.5
Subtotal
32.5
32.0
64.5
VM. TRAFFIC COUNTS
a Turning Movement Counts (Up to 20 kNerseetions)
4.0
4.0
Subtotal
4.0
4.0
HOURS TOTALS
84.0
148.0
158.0
164.0
12.0
16.0
538.0
Kimley-Horn and Associates, Inc.
EXPLANATION OF EXPENSES (Round Rock Signal Designs - 4 Intersections}
PS8E for Traffic Signal Designs At: University Boulevard @ Terravista Club Drive
University Boulevard Sandy Brook Drive
University Boulevard @ College Park Drive
A.W. Grimes Blvd. @ Creek Ridge Blvd
General Expenses (Function Code 110 and 165)
A. Printing and Reproduction
Plan Submittal Printing
Preliminary 32 (11'x17" Prints / Copies)/set x 4 sets x 30.15 ea. 319.20
Final 52 (11"x17" Mylar Prints)Iset x 4 sets x 31.00 ea. 5208.00
Check Prints 150 (11"x17" Prints l Copies)/set x 1 sets x 30.15 ea. 522.50
Total Printing and Reproduction: $249.70
B. Communication
Fed -Ex Service 0 pkgs x 530.00 /pkg. $0.00
Telephone, Fax, Postage
Total Communication: $0.00
C. Travel
Automobile Mileage
Mileage
7 trips
x 30 miles/trip x 30.55 /mi
$115.50
Automobile Rental
Rental 0 days x $61.00 /day 30.00
Fuel 0 days x 515.00 /day 30.00
Airfare 0 trips x $200.00 /trip 30.00
Per Clem B Lodging
Lodging 0 nights x $80.00 /night 30.00
Per Diem 0 days x $30.00 /day $0.00
Total Travel: $115.50
D. Computer
CARD Tech 100% 0 hours • x 325.00 fir 30.00
EIT 60% 98 hours x 325.00 fir 32,460.00
Engineer 25% 87 hours x 525.00 /hr $2,162.50
TOTAL 185
Total Computer: $4,622.50
Total Direct Expenses: 34,987.70
EXHIBIT E
Certificates of Insurance
Attached Behind This Page
0
'l_AlIC'" CERTIFICATE OF LIABILITY: INSURANCE
DATE
f
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: 0 the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. 0 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).
PRODUCER
cue cT Jerry Noyola
Grayling Insurance Brokerage
rPil�cNroe.E.,„ (770)552-4225 FAX ,
450 Northridge Parkway
Ittriss:Jerry.noyo1a@greyling.com
Suite 102GUSTO/AERIDA00001398
Atlanta GA 30350
IN9URER(S)AFFORDING COVERAGE
NAZCA
INSURED
eisuRERA:Travelers Indemnity Company of
,25682
A
INsunERa:Travelers Indemnity Company
25658•
Kimley-Horn and Associates, Inc.
INSURER C:Travelers Property Casualty
25674
P.O. Box 33068
nrsuRERD:Phoenix Insurance Company
25623
s(suReaE:Lexington Insurance Company
19437
Raleigh NC 27636
•
INSURERF:
PERSONALEADVWURY
.-.,v,vrm nvn,ogn.
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.
LIR
TYPE OF INSURANCE
INS
OMR
SUBR
MND
POLICY NUMBER
POU EFF
{MWD
POLICY RXP_
ruao
UNITS
GENERAL
}(
LIABILITY
COMMERCIAL GENERAL tawny
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
PREM1SEs{Eaooc,,,,„col
-
$ 1,000,000
A
CLAIMS -MADE
X OCCUR
P -630 -8193399A -TCT -10
12/1/2010
12/1/2011
NEDup(Any ene son)
$ 10,000
$ 1,000,000
PERSONALEADVWURY
—1 GENLAGGRE(G�A�,I�
GENERAL AGGREGATE
$ 2 , 000 , 000
PECT TELI�MpITAP�PUESPEC
POLICY I >< II X I to,
PRODUCTS-COMPJOPAGG
$ 1,000,000
$
'
B
.
AUTOMOBILE
X
X
X
LUABIUTY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
ION -OWNED AUTOS
P -810 -5724B497 -IND -10
12/1/2010
12/1/2011
COMBINED SINGLE MUT
QEaaoddenq
$ 1, 000 000
,
BODILYINJURY (Perpawn)
$
BODILY INJURY (Pa accident)
5
PROPERTY DAMAGE
(Per accident)
5
UndeNmred motorist BI spit
$• -
Uninsured motedstproperty
$
C
X
UMBRELLA !JAB
EXCESSi1Ae
X
OAR
CLAIMS -MADE
PSH -CUP -8193899A -TIL -10
12/1/2010
12/1/2011
EACH OCCURRENCE
$ 5 , 000 , 000,
AGGREGATE
$ 5,000,000
X
DEDUCTIBLE
RETENr10N $ 10,000
$
$
D
WORKERS COWERS/MON
AND EMPLOYERS' LIABILITY
MY PR IRI ESR R1NEIVEXCLUDED?
OFFI(MandalwylnNH)
1OF OPERATIONS
YIN
NIA
PNUB-8103899A-10
12/1/2010
12/1/2011
X I RYSUMT I {GER
`
ECW1VE N
EL. EACH ACCIDENT
$ 500,000
below
ELDISEASE -EA EMPLOYEE
$ 500,000
EL. DISEASE -POLICY LIMIT
$ ' 500,000
E
Professional Liability
016017332 6 001162363
12/9/2010
12/1/2011
Per darn $4,000,000
Anneals $4,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES (Attaph ACORO 101, Addldo al Remarke Schedule, U tion space Is requited) '
Re: For A11 Projects with the City of Round Rock. Th. City of Round Rock, TX is named es an Additional Insured on
the above referenced liability policies with the exception of workers compensation s professional liability. This
insurance is primary i non-contributory where required by written contract. Waiver of Subrogation is applicable where
required by written contract 6 allowed by law. Should any of the above described policies be cancelled by the issuing
CANCELLATION
City of Round Rook, TX
City Manager
221 East Main Street
Round Rock, TX 78664
ACORD 25 (2009108)
1N3025 poses)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION • DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Alan Bressler
CI 198: ACORI3 CORPORATION. All rights reserved.
The ACORD name and logo are registered marks o • RD
COMMENTS/REMARKS
insurer before the expiration date thereof, 30 days written notice (except 10 days for
nonpayment of premium) to the Certificate Holder named below will be provided.
OFREMARK
COPYRIGHT 2000, AMS SERVICES INC.
Na )18Vd 3031103
o CAMPUS VILLAGE'
J
CO
›-
I --
CO CO
X
W
>
Z
K
Zia 8(113 V1S AV 031
Na NonHR 4a
MINI
MIMI
IMO
MIMI.
wow
mum -
low
Nor
I&UIIIIHII1III1=
•isummummmum.
1S _N 310•�
■= 11111? r
iIffIiitIiv
N7 3INNO
IP
Mir
NEW
MI=.
>:=� Mph
WEI: 1111WMP'
iP �M NOW4q
NIVA
IR* 4
1101111M '0
al
c
0)
VJ
0
2
ci)
a)
E
.6Q
Date: 6/27/2011
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
Agenda Item No. 11F2.
City Council Agenda Summary Sheet
Agenda Caption:
Consider a resolution authorizing the Mayor to execute a Contract for Engineering
Services with Kimley-Horn and Associates, Inc. for the Signal Improvements on University
at Terravista Club Dr., Sandy Brook Dr., and College Park Dr., and on A.W. Grimes at Creek
Ridge Blvd. Project.
Meeting Date: July 14, 2011
Department: Transportation
Staff Person making presentation: Michael Thane, P.E.
Utilities Director
Item Summary:
These proposed signal improvements on University Drive at Teravista Club Drive, Sandy Brook Drive, and College
Park Drive; and on A.W. Grimes Boulevard at Creek Ridge Boulevard will provide for increased traffic safety and
congestion control. This engineering contract will cover design, bidding, and construction phase services for the
new traffic signal installations and all necessary pedestrian features for the intersections mentioned above. Each of
these signals meets more than one of the current signal warrants as described in the 2006 Texas Manual on Uniform
Traffic Control Devices.
By designing these four signals under one professional services agreement the City will realize approximately a
$20,000.00 savings on the consultant costs alone. City staff also expects that one construction contract for all four
signal installations to yield approximately $100,000.00 in savings. These savings are in comparison to the costs that
would be expected for four individual signalization projects and do not include the costs associated with City
engineering staff time and effort.
Strategic Plan Relevance:
Goal No. 26: Construct major element of the transportation and mobility system as approved by Council in the
Master Transportation Plan
Cost: $79,097.71
Source of Funds: Round Rock Transportation Development Corporation Construction
Date of Public Hearing (if required): N/A
Recommended Action: Approval
EXECUTED
DOCUMENTS
FOLLOW
l'11114* --ROUND ROCK. TEXAS
PURPOSE. PASSION. PROSPERITY
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: KIMLEY-HORN AND ASSOCIATES, INC. ("Engineer")
ADDRESS: 10415 Morado Circle, Bldg. I, Ste. 300, Austin, Texas 78759
PROJECT: Signal Improvements on University at Terravista Club Dr., Sandy Brook Dr., and
College Park Dr.; and on A.W. Grimes at Creek Ridge Blvd.
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the I}thday of lit , 2011 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
01993175; 00224949
TX05-TRFS1G-Group J
1
Rev. 05/10
00192831
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
the Engineering Services performed and to be performed under this Contract.
The amount payable under this Contract, without modification of the Contract as provided
herein, is the sum of Seventy Nine Thousand, Ninety -Seven and 71/100 Dollars ($79,097.71) as shown
in Exhibit D. The lump sum amount payable shall be revised equitably only by written Supplemental
Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only if approved by written Supplemental Contract.
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 (I) 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
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3
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:
Chad Andrew Wood, P.E.
Transportation Engineer
Transportation Department
2008 Enterprise Drive
Round Rock, Texas 78664
Telephone Number (512) 218-6601
Fax Number (512) 218-5563
Email Address cwood@round-rock.tx.us
4
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:
Brian David VanDeWalle, P.E., PTOE
Transportation Engineer
10415 Morado Circle, Bldg. 1, Ste. 300
Austin, Texas 78759
Telephone Number (512) 418-4500
Fax Number (512) 418-1771
Email Address brian.vandewalle@kimley-horn.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, EQUIPMENT 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
TERMINATION
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 hibunals 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 alt 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) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non-
renewal or reduction in limits by endorsement a 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 fiiture 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:
Brian David VanDeWalle, P.E., PTOE
Transportation Engineer
10415 Morado Circle, Bldg. I, Suite 300
Austin, Texas 78759
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 perforin 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 0 OUND ROCK, TEXAS
By:
AP VED AS T * FORM:
Alan McGraw, Mayor Step
ATTEST:
By: 6044/L • RittAIL
Sara L. White, City Secretary
KIML -HORN
%AND A SOCIATES, INC.
By: �" • �`- C�i�-'�-�^'
Signature of Principal
Printed Name: fl nd e «j it/ t c'u &Jen
15
L. Sheets, City Attorney
LIST OF EXHIBITS ATTACHED
(I) 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
EXHIBIT A
City Services
City: Round Rock, Texas
Location(s): Multiple Intersections
University Boulevard @ Terravista Club Drive
University Boulevard @ Sandy Brook Drive
University Boulevard @ College Park Drive
A.W. Grimes Boulevard @ Creek Ridge Boulevard
Project: Signal Improvements
SCOPE OF WORK OVERVIEW
The PROJECT will consist of traffic signal designs for four intersections in Round Rock, Texas.
SERVICES TO BE PROVIDED BY THE CITY
A. Provide a project coordinator to work with Kimley-Horn and Associates, Inc. (KHA)
during the development of the project.
B. Provide example plans for City of Round Rock formatting preferences.
C. Provide GIS layers with City utility locations for each of the intersections.
D. Provide example Bid Documents for City of Round Rock formatting preferences.
E. Provide MSWord files with Construction Contract and Bid Document boilerplate.
F. Provide available as -built plans showing the location of storm sewer, water lines, and
wastewater lines.
G. Provide City specific detail sheets for traffic signals.
H. Provide utility contact information.
EXHIBIT B
Engineering Services
City: Round Rock, Texas
Location(s): Multiple Intersections:
University Boulevard @ Terravista Club Drive
University Boulevard @ Sandy Brook Drive
University Boulevard @ College Park Drive
A.W. Grimes Boulevard @ Creek Ridge Boulevard
Project: Signal Improvements
SCOPE OF WORK OVERVIEW
Kimley-Horn and Associates, Inc. (KHA) will provide design plans, specifications, estimates, and bid
documents for traffic signal designs at four (4) intersections in Round Rock, Texas.
The following assumptions pertain to this Scope of Work:
■ Each intersection will be mast arm pole installations with VIVDS detection and Opticom.
■ It is likely that a fourth leg will be added to the intersection of University @ College Park
Drive due to new development on the north side of the intersection. The signal will be built
to accommodate the ultimate intersection configuration.
■ Base drawings for the intersection will be based on record drawings provided by the City of
Round Rock. A One -Call Utility locate will be issued to field verify all marked utilities.
■ Design will be based on TxDOT standards and specifications.
• Plans will be prepared in accordance with the Texas Manual on Uniform Traffic Control
Devices (TMUTCD).
• Bid Documents will be based on standard contract material provided by the City of Round
Rock.
• No federal fluids will be used in the construction of these projects.
KHA will submit draft plans within nine weeks of receiving authorization to proceed. Final plans will
be submitted within two weeks of receiving City review comments.
TASK 1.0 PROJECT ADMINISTRATION
Project management spans the entire duration of the project and involves monitoring and coordination
of services provided to the City to assure timely and efficient completion of the project. Included in
this task are project control and scheduling, documentation, reporting requirements, staff forums,
meetings, and quality control.
Subtask 1A. Documentation
Surveying notes, reports, technical memoranda, status reports, invoices, and other correspondence
relevant to the project will be sununarized and turned over to the City at the conclusion of the project.
Subtask 1B. Reporting Requirements
Monthly email status reports will be prepared and submitted to the City. The einails will contain a
general report of project progress and contract fulfillment.
Subtask 1C. Meetings
Project review and project specific technical meetings will be conducted under this subtask. Unless
otherwise stated herein, it is assumed that all Project review meetings will be held at the City of Round
Rock Public Works Department offices. It is agreed for budgeting purposes that one kickoff meeting,
one field review meeting, one PS&E review meeting and one technical meeting will be held relative to
the Project.
Subtask ID. Project Coordination
The Engineer will coordinate data collection and design efforts with City staff .
TASK 2.0 BASE MAPS, AND SPECIFICATIONS ASSEMBLY
This task includes the collection and organization of data by the Engineer for use in other tasks of this
project. The specific type, quantity and other requirements of the data to be surveyed, collected,
reduced, and/or organized by the Engineer are described in the following subtasks.
(a) KHA will assemble applicable design standards and specifications from TxDOT.
(b) KHA will gather available existing record drawings and design file information of the Project
from City of Round Rock files.
(c) KHA will conduct a one call utility locate for the site investigation. KHA will perforin a field
reconnaissance of the intersection to determine existing pavement widths, lane configurations,
traffic control devices, and above ground utility locations.
(d) KHA will prepare a base map of existing geometries, utilities, and traffic control devices, from
record drawings and site reconnaissance.
(e) KHA will collect vehicle turning movement counts at up to 20 locations, as directed by the
City.
TASK 3.0 PRELIMINARY PLANS & SPECIFICATIONS
KHA will prepare preliminary traffic signal designs for the project locations. The basic design
parameters will be based on discussions with the City of Round Rock and applicable TxDOT
standards. Using the base maps from Task 2.0, KHA will prepare a conceptual layout showing the
locations of the controller cabinet and signal poles. The conceptual layout will be utilized in a field
review meeting with City staff and the electric utility provider. Adjustments will be made based on
field conditions.
Following the field review meeting, KHA will produce, provide internal quality control/quality
assurance for, and submit preliminary plans and a list of specifications to the City of Round Rock for
review and comment. The anticipated sheets to be prepared and submitted are:
(a) Title Sheet;
(b) General Notes;
(c) Quantity Estimates
(d) Existing Conditions;
(e) Signal Layout;
(f) Signal Elevations;
(g) Conduit Run and Wiring Summaries;
(h) Phasing and Detection Schemes;
(i) Signing and Pavement Markings; and
(j) Preliminary detail sheets
Specifications for inclusion in the bid documents will also be submitted to the City for review and
comment.
Task 3 deliverables will include three (3) copies of the signal layout sheets, summary chart sheets, all
modified TxDOT standard sheets, timber pole standard sheets, and a list of all applicable
specifications.
TASK 4.0 FINAL PLANS, SPECIFICATIONS & ESTIMATES
Following the review meeting described in Subtask 1(c), KHA will produce the final plans,
specifications, engineer's opinion of probable construction cost, and bid document package. Final
plans and specifications will be submitted to the City.
Task 4 deliverables will include:
(a) Final Plans. Three (3) paper copies will be provided to the City. Following receipt of
construction as built markups from the contractor, one (1) set of reproducible record drawings
will be provided to the City.
(b) Final Engineer's Opinion of Probable Construction Cost. Three (3) copies will be provided to
the City.
TASK 5.0 BID DOCUMENTS
KHA will prepare bid documents for the signal design and intersection modifications.
Bidding documents, including specifications for the subject Work and the construction contract, will
be based on standard City of Round Rock documents.
Preliminary bid documents will be submitted to the City for review and comment. After receiving
review comments, one (1) set of unbound specifications and bid documents will be provided to the
client.
The deliverables under this task will include:
a) Preliminary Bid Documents. One (1) unbound set will be provided to the City.
b) Final Bid Documents. One (1) set of reproducible originals and one (1) bound copy will be
provided to the City.
TASK 6.0 CONSTRUCTION BIDDING ASSISTANCE
If required, KHA will also provide bidding assistance to the City. This will include the following:
a) Providing copies of the plans and bid documents on an online plan room.
b) Sending out fax notices to known traffic signal contractors.
c) Responding to contractor questions throughthe issuance of addenda.
d) Attend bid opening, prepare a tabulation of bids, and prepare a letter of recommendation for
award of the contract.
e) Prepare the contract documents for execution by the contractor, receive and . review such
documents for completeness, and forward to the Client for review and execution.
TASK 7.0 CONSTRUCTION PHASE SERVICES
KHA will provide the City with the services during construction listed below, which are only related to
the civil improvements designed under this contract for one phase. The City will administer all
construction contracts. KHA will:
(a) Make up to three (3) visits to the project site, at intervals appropriate to the various stages of
construction as KHA deems necessary, in order to observe the progress and quality of the civil
aspects of the work of the construction contractor. Based on KHA's site visits, KHA will
inform the City as to the progress of the work and advise the City of any substantial defects and
deficiencies in the work of the contractor which are discovered by KHA, or are otherwise
brought to KHA's attention.
(b) Attend one (1) pre -construction meeting with the City, Contractor, or other members of the
project team. Additional meetings, if required, will be invoiced on an hourly basis.
(c) Consult with and advise the City and issue instructions to the contractor on civil engineering
items requested by the City.
(d) Conduct, in company with City staff, a final inspection of the traffic signal facilities of the
project for conformance with the design concept of the project and in general compliance with
the Contract.
(e)
Provide Engineer's concurrence letter to the City indicating that the traffic signal and median
modification -related portions of the project were constructed in general conformance with the
construction plans and specifications.
KHA -shall not be responsible for the means, methods, techniques, sequences or procedures of
construction selected by the Contractor or the safety precautions and programs incidental to the work
of the Contractor. KHA shall not guarantee the performance of the Contractor nor be responsible for
the acts, errors, omissions, or the failure of the Contractor to perform the construction work in
accordance with the Contract Documents.
The City agrees to include in all construction contract provisions for Contract indemnification of both
the City and KHA for Contractor's negligence and to name both the City and KHA as additional
insured on applicable contractor's insurance policies.
TASK 8.0 TRAFFIC COUNTS
(a) KHA will collect vehicle turning movement counts at up to 20 locations, as directed by the
City. This service will be provided by GRAM Traffic Counts and billed on a cost plus basis.
EXHIBIT C
Work Schedule
Attached Behind This Page
PS&E for Traffic Signal Imrovements:
-It
CU
3t0
cr,
40
co
n
H
i
to
.i
a
a
l
millo
rMr
N
.a
.-1
I.
m
00
N.
l0
in
a
-
•
m;.
N
/"3b°3ag33`..
m.-i.-s.ti
m.-1.,
Task
'Base Maps / Field Recon
et%c
0.0.
?'
O
d
'Preliminary Layouts
z
C
o
c
O
a
Preliminary PS&E
City Review
Final PS&E
Bidding Phase
V
W
�Qm0lz
H
C
o
iJ
N
�
T
•;a
1
'Construction Phase
'Drawing of Record
,
EXHIBIT D
Fee Schedule
Attached Behind This Page
EXHIBIT D
Fee Schedule
Project Name: Signal improvements
University Boulevard @ Terravista Club Drive
University Boulevard @ Sandy Brook Drive
University Boulevard @ College Park Drive
A.W. Grimes Blvd. @ Creek Ridge Blvd
Consultant: Kimley-Horn and Associates, Inc.
Cost Component, Hours
Total
Hours
Project Manager 148
Engineer 198
EIT 164
Project Accountant 12
Clerical Admin 16
Total Hours 538
Cost Component, Dollars
Direct Direct
Hourly Labor Indirect Total
Rate Cost Cost Cost
Project Manager $68.66 $10,161.68 $19,802.07 $29,963.75
Engineer $35.34 $6,997.32 $13,635.68 $20,633.00
EIT $27.77 $4,554.28 $8,874.93 $13,429.21
Project Accountant $30.29 $363.48 $708.31 $1,071.79
Clerical Admin $22.72 $363.52 $708.39 $1,071.91
$66,169.65
Profit @ 12.00%
Phone, Fax, Postage, Advertisements, Computer Time
Travel Expenses
Total Expenses
$7,940.36
$4,872.20
$115.50
$4,987.70
Kimley-Horn (KHA) Lump Sum Fee Summary
Direct Labor
indirect Costs ( 194.87% )
Direct Costs
Profit @ 12.00%
SUBTOTAL KHA Fee
Subconsultant Fee Summary
Traffic Counts (not to exceed - by GRAM Traffic)
SUBTOTAL Subconsultants
$22,440.28
$43,729.37
$4,987.70
$7,940.36
r $79,097.711
$4,193.80
$4,193.80
TOTAL PROJECT FEES $83,291.51
Hour Breakdown by Task
PSSE for Traffic Signal Improvements Al: University Boulevard Terravista Club Drive
Universty Boulevard L Sandy Brook Drive
University Boulevard a College Park Drive
AW. Grimes Blvd. @ Creek Ridge Blvd
79097.71207
DESCRIPTION OF WORK TASK
Total
Plan Sheat
Count
PM
Engr
EIT
Proj
Acct
Clerical
AdmM
Total
Labor
Hours
1. PROJECT MANAGEMENT
a
Project Setup
-
4.0
4.0
8.0
b
Meet gs
-
8.0
8.0
16.0
C
Reporting
8.0
4.0
12.0
d
Project Coordination-
8.0
4.0
12.0
Subtotal
24.0
8.0
12.0
4.0
48.0
IL BASE MAPS AND SPECIFICATIONS
a
Assemble Design Standards and Specifications
4.0
4.0
20.0
28.0
b
Other Available Record Dree ngs
4.0
4.0
8.0
16.0
0
One Cab Utility Locate8.0
8.0
16.0
d
Ste Recon
-
16.0
18.0
32.0
•
Prepare Base Map
-
4.0
4.0
24.0
32.0
Subtotal
28.0
36.0
60.0
124.0
III. PRELIMINARY PLANS
a
Tale Sheet
4.0
2.0
4.0
6.0
b
General Notes
4.0
8.0
4.0
12.0
c
Quoddy Estimates
4.0
2.0
8.0
10.0
d
Sigel Layout
4.0
4.0
4.0
32.0
40.0
e
SignalElevatIons
4.0
4.0
4.0
24.0
32.0
6
Phasing and Wru1g Diagrams
4.0
4.0
4.0
16.0
24.0
U
Detection Schemes
4.0
2.0
4.0
4.0
10.0
h
Conduit and Cabirng Charts
4.0
4.0
8.0
18.0
28.0
Subtotal
32.0
30.0
40.0
92.0
162.0
IV. FINAL PLANS
a
Tata Sleet
4.0
2.0
4.0
6.0
b
General Notes
4.0
4.0
4.0
8.0
c
Money Estimates
4.0
4.0
8.0
12.0
d
Signal Layout
4.0
2.0
4.0
8.0
14.0
a
Signal Elevations
4.0
2.0
16.0
18.0
I
Phasing end Wring Diagrams
4.0
4.0
160
20.0
g
Detection Schemes
4.0
2.0
4.0
6.0
h
Condal and Cabling Charts
4.0
2.0
8.0
10.0
1
Standard Detail Sheets
20.0
0.5
2.0
2.6
Subtotal
52.0
22.6
66.0
8.0
96.6
V. 810 DOCUMENTS
a
Preto Bid Docs
2.0
8.0
1.0
11.0
b
Special Specifications
_
4.0
4.0
c
Special Provisions
-
0.5
1.0
1.5
d
Revisions based on City Review
-
1.0
1.0
20
e
Fine) Bid Docs
-
1.0
4.0
5.0
Subtotal
8.6
10.0
5,0
23,5
VI. CONSTRUCTION BIDDING ASSISTANCE
a
Plan Sheets to Online Plan Room
2.0
2.0
4.0
b
Fax Notices to Signal Contractors
1.0
1.0
2.0
c
Addenda Issuance
1.0
1.0
2.0
d
BM Opening, Tabulation, Letter of Recommendation
0.5
2.0
2.5
•
Contract Documents
1.0
4.0
5.0
Subtotal
2.5
6.0
7.0
15.5
VII. CONSTRUCTION PHASE SERVICES
a
Ste vents (2)
12.0
12.0
24.0
b
Pre -Construction Meeting (1)
3.0
3.0
6.0
c
RFIs
1.0
4.0
5.0
d
Final Inspections 1 Tran On (2 Hrs! IIx)
16.0
12.0
28.0
e
Concxrence Letter
0.5
1.0
1.5
Subtotal
32.6
32.0
64.6
VOL TRAFFIC COUNTS
a Turning Movement COunts (Up to 20 Intersections)
4.0
4.0
Subtotal
4.0
4.0
HOURS TOTALS
84.0
148.0
198.0
164.0
12.0
16.0
538.0
Kimsey -Horn and Associates, Inc.
EXPLANATION OF EXPENSES (Round Rock Signal Designs - 4 Intersectlonsl
PSBE for Traffic Signal Designs At: University Boulevard Terravista Club Drive
University Boulevard c Sandy Brook Drive
University Boulevard @ College Park Drive
A.W. Grimes Blvd. Creek Ridge Blvd
General Expenses (Function Code 110 and 165)
A. Printing and Reproduction
Plan Submittal Printing
Preliminary 32 (11'x17" Prints / Copies)/set x 4 sets x $0.15 ea. 819.20
Final 52 (11"x17" Mylar Prints)iset x 4 sets x $1.00 ea. $208.00
Check Prints 150 (11"x17" Prints / Copies)/set x 1 sets x $0.15 ea. 522.50
Total Printing and Reproduction: $249.70
B. Communication
Fed -Ex Service 0 pkgs x $30.00 /pkg. $0.00
Telephone, Fax, Postage
Total Communication: $0.00
C. Travel
Automobile Mileage
Mileage 7 trips x 30 miles/trip x 50.55 /mi $115.50
Automobile Rental
Rental 0 days x $61.00 /day 50.00
Fuel 0 days x 515.00 /day $0.00
Airfare 0 trips x $200.00 /trip 50.00
Per Diem & Lodging
Lodging 0 nights x $80.00 /night $0.00
Per Diem 0 days x $30.00 /day $0.00
D. Computer
CADD Tech 100%
EIT 60%
Engineer 25%
TOTAL
0hours •
98 hours
87 hours
185
Total Travel: 5115.50
x S25.00 /hr $0.00
x $25.00 /hr 52,460.00
x $25.00 fir $2,162.50
Total Computer: 54,622.50
Total Direct Expenses: 84,987.70
EXHIBIT E
Certificates of Insurance
Attached Behind This Page
ACCORD°° CERTIFICATE OF LIABILITY -.INSURANCE
��11
6/134 onn
THIIS 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: 0 the certificate holder Is an ADDITIONAL INSURED, the policy(les) must 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 Ileu of such endorsement(s).
PRODUCER
Greyling Insurance Brokerage
RcA�l r Jerry Noyola
PENN E„0: (770)552-4225 FAX NC. Not
450 Northridge Parkway
Suite 102
Atlanta GA 30350
ADDRESS:jerry.noyola@greyling.com
Mourn ID0001398
cusr
INSURER(S) AFFORDING COVERAGE
NNCII
INSURED
Ximley-Horn and Associates, Inc.
P.O. Box 33068
'
Raleigh NC 27636
INSIRtERA:Travelers Indemnity Company of ,25682
iNsuRERB:Travelers Indemnity Company
12/1/2010
25658-
25674
tusuRERc:Travelere Property Casualty
INsu, no:Phoenix Insurance Company
25623
NrsuRERE:Lexington Insurance Company
19437
INSURER F:
;Am 8a, (Anyone so)
COVERAGES
CERTIFICATE NUMBER:*10-11 (Kimley Melanie)
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 AU. THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
IL$R
LTR
TYPE OP INSURANCE
ADOL
INSR
SUER
WVQ_
UM
POLICY NUMBER
POU ERR
(MWDCD%YYYY
_POLICY EXP
WDIYYYYI
LIMBS
•
A
GENERAL
X
LIABILITY
COMMERCIAL GENERAL
Lamm),PREMI
X OCCUR
P -630 -8193599A -TCT -10
12/1/2010
12/1/2011
•
EACH OCCURRENCE
S 1,000,000
ES (RENTED
WMAGETEa•ITErenoe]
$ 1,000,000
CLAIMS -MADE
;Am 8a, (Anyone so)
S 10,000
S 1,000,000
PERSONAL& ADV INJURY
GENERAL AGGREGATE
$ 2,000,000
GENLAGGREGATE UNIT APPUESPElt
—1 POLICY 5{128: (,pIECT I x I LOC
PRODUCTS - COMP/OP AGO
S 1,000,000
S
B
AUTOMOBILE
X
X
X
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
P -810 -57243497 -IND -10
•
12/1/2010
12/1/2011
COMBINED SINGLE UNIT
(Ea accident)
$ 1,000,000
BODILY INJURY (Per person)
S
BODILY INJURY (Per eoddenI)
S
PROPERTY DAMAGE
(Pe/accident)S
Undsdrwaed molodat 01 spit
$
Uninsured motorist properly
5
C
X
UMBRELLA GAB
EXCESS UAB
X
OCCUR
CLAIMS -MADE
PSM -CUP -8193899A -TIL -10
12/1/2010
12/1/2011
EACH OCCURRENCE
S 5,000,000
AGGREGATE
S 5,000,000
X
DEDUCTIBLE
RETENTION $ 10,000
5
S
D
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIEVORIPARTNENEXECUTIVE
OFFICER)MEMBER EXCLUDED?
(Mandatory In NH)
tiya, dssa�beurWer
OESCRIPTION OF OPERATIONS
YIN
N 1 A
PNUB-8193899A-10
12/1/2010
12/1/2011
X 1 WC BTATU• OTH-
TORY -UNITE ER
£.L. EACH ACCIDENT
$ 500,000
N
B.L. DISEASE -EA EMPLOYEE
S 500,000
below
£.L. DISEASE - POLICY LIMIT
$ 500 ,000
B
Professional Liability
016017332 & 001162363
12/9/2010
12/1/2011
pe,pyn, $4,000,000
AOOreyate $4,000,000
DESCRIPTION OF OPERATIONS 1 LOCATIONS! VEHICLES (Attach ACORD 101, Additional Remarks Schedule, U more space Is required)
Re: Yor A11 Projects with the City of Round Rock. The City of Round Rock, TX ie named as an Additional Insured on
the above referenced liability policies with the exception of workers compensation & professional liability. This
insurance is primary & non-contributory where required by written contract. Waiver of Subrogation is applicable where
required by written contract & allowed by law. Should any of the above described policies be cancelled by the issuing
CERTIFICATE HOLDER
CANCELLATION
City of Round Rock, TX
City Manager
221 Fast Main Street
Round Rock, TX 78664
ACORD 25 (2009109)
INS025 Rooms)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ell
@ 1988 I
The ACORD name and logo are registered marks o • RD
CORPORATION. All rights reserved. RD
Alan Bressl.r
COMMENTS/REMARKS
insurer before the expiration date thereof, 30 days written notice (except 10 days for
nonpayment of premium) to the Certificate Holder named below will be provided.
OFREMARK COPYRIGHT 2000, AMS SERVICES INC.