Loading...
Contract - Cobb Fendley & Associates, Inc. - 6/14/2018 rQURD ROCK,TEXAS PURPOSE.PASSION.PROSPERITY. CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: COBB FENDLEY & ASSOCIATES, INC. ("Engineer") ADDRESS: 505 East Huntland Drive, Suite 100,Austin, TX 78752 PROJECT: DB Woods/SH 29 30" Water Line Relocation THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the s- =day of GtW. , 2018 by and between the CITY OF ROUND ROCK, a Texas home- rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Engineering Services Contract Rev.04/13 0199.1818;00401057 00296523 F--Zo IS -ut;6 33 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 all engineering services performed and to be performed under this Contract. Engineer shall be paid on the basis of actual hours worked by employees performing work associated with this Contract, in accordance with the Fee Schedule attached hereto as Exhibit D. Payment of monies due for the Engineer's subconsultant's services shall be based on the actual amount billed to the Engineer by the subconsultant. Payment of monies due for direct cost expenses shall be based on the actual costs. The maximum amount payable under this Contract, without modification of this Contract as provided herein, is the sum of One Hundred Eleven Thousand Eight Hundred Sixty-Eight and No/100 Dollars, ($111,868.00). Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the work and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B entitled "Engineering Services". Satisfactory progress of work shall be an absolute condition of payment. The maximum amount payable herein may be adjusted for additional work requested and performed only if approved by written Supplemental Agreement. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Engineering Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve 3 Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas lav) 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 fiends; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non-disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: Jeff Bell Project Manager 2008 Enterprise Drive Round Rock, TX 78664 Telephone Number(512) 218-7076 4 Mobile Number(512) 801-4461 Fax Number(512) 218-5536 Email Address jbell@roundrocktexas.gov City's Designated Representative shall be authorized to act on City's behalf with respect to this Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: Lance Parisher, PE Senior Project Manager 505 East Huntland Drive, Suite 100 Austin, TX 78752 Telephone Number(512) 834-9798 Fax Number(512) 832-7727 Email Address 1parishergcobbfendley.com;jhastingsgcobbfendle 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 reasonable and necessary 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 reimbursement of reasonable attorney's fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such negligent activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON-COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non-collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission,percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars per claim from a company authorized to do insurance business in Texas and 11 otherwise acceptable to City. Engineer shall also notify City, within twenty-four(24) hours of receipt, of any notices of expiration, cancellation, non-renewal, or material change in coverage it receives from its insurer. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section (3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Engineer shall notify City thirty (30) days prior to the expiration, cancellation, non- renewal or any material change in coverage, and such notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self-Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled"Certificates of Insurance." ARTICLE 27 COPYRIGHTS City shall have the royalty-free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purposes. 12 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 13 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Lance Parisher, PE Senior Project Manager 505 East Huntland Drive, Suite 100 Austin, TX 78752 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 filly responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. 14 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion,judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion,judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above-stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF,the City of Round Rock has caused this Contract to be signed in its corporate name by its duly authorized City Manager or Mayor, as has Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY OF RO D ROCK, T XAS APRVqVED AL TO RM: By: CraigKltgan, r Stephat L. Sheets, City Attorney ATTEST: • By: _ Z-. kG4* Sara L. White, City Clerk COBB FENDLEY&ASSOCIATES, INC. 11_ 42M By: k Signature of Pr' cipal Printed Name: ` 15 LIST OF EXHIBITS ATTACHED (1)Exhibit A City Services (2)Exhibit B Engineering Services (3) Exhibit C Work Schedule (4) Exhibit D Fee Schedule (5)Exhibit E Certificates of Insurance 16 EXHIBIT A City Services The City of Round Rock(City) will provide the following information and other assistance to the Engineer that the City deems appropriate and necessary: 1. Any readily available pertinent existing information relating to the services to be performed by the Engineer; the City will provide one copy of such information in a format chosen by the City. 2. Clear direction and/or response to questions or requests made by the Engineer in the course of the Engineer's performance of services. 3. Timely review of deliverables that have been properly completed and submitted by the Engineer; and timely provisions of comments, if any,to the Engineer resulting from said reviews. 4. Meet with the Engineer on an as-needed basis to facilitate performance of the Work Authorization. EXHIBIT B Engineering Services Proposed Scope of Services City of Round Rock- DB Woods at SH 29 Water Line Relocations CobbFendley will provide design, bid, and construction phase services for the installation of approximately 2,400 linear feet of 30" raw water line, 150 linear feet of 42" steel encasements, 150 linear feet jacking and boring a crossing under SH 29, and required appurtenances associated with the construction of SH 29 Roadway Improvements in Williamson County. At a Williamson County Utility Coordination meeting on 06/07/17, this project was discussed and it was determined that the existing raw water line was in conflict with the roadway and storm drainage, therefore was requested to be relocated. This proposal assumes that the waterline plans will be included in the PS&E for the drainage and roadway plans, and constructed by the roadway Contractor. Below is a detailed scope of services. I. Design Phase During the Design Phase, CobbFendley will prepare plans and compile specifications for the construction of the utility adjustments. Below is a detailed scope of services. This assumes that traffic controls and erosion controls will be included in the roadway set of plans. The design phase assumes a 30% schematic, 60%, 90%, and 100% submittal to the City of Round Rock. A. Data Development Al. Gather and analyze data. Obtain plans and electronic files for roadway and topographical information. This proposal assumes that the survey information will be provided by the roadway engineer and will provide data adequate to design the water relocations. A2. Assimilate the data and prepare preliminary adjustments and relocations using ACAD Civil3D. A3. Coordinate with the City on preliminary layouts and relocations. Includes one(1) meeting with the City. B. Plans. CobbFendley will prepare design plans for submittal to City of Round Rock at 30%, 60%, 90%, and 100% completion . We anticipate the following sheets to be included in our design set. 81. Cover Sheet.Assemble the standard plan cover sheet using City of Round Rock Standards. (1 Sheet) 82. General Notes. Assemble a set of general notes using City of Round Rock and TCEQ standards. (1 Sheet) 83. Relocation Plans. Prepare plan sheets at a scale of 1"= 20'on 11"x17"plan sheets,with a true half size.Assumes 1 sheet for the water relocation plans. 84. Plan and Profile. Prepare plan and profile for the proposed water line as identified in the attached layout sheets.Assumes 6 sheets. 85. Detail Sheets. Prepare detail sheets showing standard construction details and special, project- specific details.Assumes 4 sheets. 86. Design calculations. Perform design calculations as necessary. Note: Erosion and Sedimentation Controls and Traffic Controls are assumed to be included in the Roadway PS&E and are not included in this estimate. C. Specifications. CobbFendley will assemble standard technical specifications to be included in the roadway contract documents. A table of contents listing the technical specifications will be provided at 60%. A full set of utility specifications required will be provided with the 90% and 100% submittals for the water relocations and adjustments. City of Round Rock standard technical specifications will be used for this project. This proposal assumes that front end/contract documents will be prepared by others. D. Quantity Take-Off. CobbFendley will perform a quantity take off and prepare a bid form. A quantity take- off will be performed at 30%, 60%, 90% and 100%submittals. Bid items to be included in the bid form will be prepared by the roadway consultant. E. Cost Estimate. CobbFendley will_prepare an opinion of probable construction cost for the 30% (-+.'/-25%) , 60% (+/-15%), 90% (+/- 10%) and 100% (+/-5%)submittals. F. QA/QC. CobbFendley will perform internal quality control reviews on the plans and specifications prior to each submittal to City of Round Rock. G. Prepare 4 submittal packages. CobbFendley will assemble plans and specifications and submit to City of Round Rock for review. This proposal assumes there will be a 30% Schematic, 60%, 90%, and 100% Final Bid Set submittal.We will provide six (6)sets of 11"x17"size plans and specifications for each submittal. Page 1 of 2 December 6, 2017 H. Respond to comments. CobbFendley will review comments provided by City of Round Rock and review agencies and prepare a written response to the comments for inclusion with the subsequent submittal. I. Coordination/Review meetings.This proposal assumes there will be four(4) coordination meetings with the Owner during the design phase. J. Approvals. Coordinate with City of Round Rock Engineering Department to obtain required approvals for construction.This proposal assumes that permits will be obtained by others. Design Engineering Phase services will be performed for a fee of$78,429.00 plus approximately$1,037.00 in expenses. II. Bid Phase CobbFendley will assist in the bidding of the project. This proposal assumes that the utility relocation bid items will be included in the roadway project bid and CobbFendley will provide assistance as related to water relocations only. This proposal also assumes that the Owner will engage a bidding assistance center for the distribution and management of plans during bid phase. Distribution of plans and maintenance of a plan holders list is not included in this proposal. Below is a detailed scope of services for bid phase: A. Attend pre-bid conference. Meeting agenda and minutes prepared by others. B. Respond to contractor's questions during bidding process. C. Prepare addenda(assume 2)to address contractor questions. Distribution by others. D. Review bid tabs. E. Review contractor recommendation. Bid Phase services will be performed for a fee of$8,180.00 plus approximately$41.00 in expenses. III. Construction Phase CobbFendley will provide limited construction administration and observation assistance to the project and the City of Round Rock. This proposal does not include inspection services.This proposal assumes construction duration of two(2) months.All scopes of services in this proposal are related to water utility relocations only. Below is a detailed scope of services for construction phase: A. Attend preconstruction meeting. B. Attend two (2) meetings when utility adjustments are in process. C. Attend periodic site visits.Assume monthly site visits (not coincident with progress meetings)for a total of two(2). D. Review project submittals/shop drawings. CobbFendley will review each submittal up to two (2) times. If the Contractor requires a third submittal, it will be reviewed as an additional service and at the Contractor's expense,as will be written in the contract documents.This proposal assumes 15 submittals. E. Respond to Requests for Information (RFI). CobbFendley will coordinate with City of Round Rock and Contractor on RFIs and respond with clarifications as needed.This proposal assumes eight(8)RFI. F. Change Orders. CobbFendley will assist City of Round Rock in negotiation and preparation of change order documents, should they be necessary.This proposal assumes one(1) change order. G. Final Walk Through and Punch List. CobbFendley will attend the final walk through and coordinate with City of Round Rock inspector on the punch list items. H. Project Close Out. CobbFendley will assist City of Round Rock on closing out the contract, reviewing final pay application and affidavits, and preparing a Concurrence Letter. I. Record Drawings. CobgFendley will prepare a set of record drawings based on Contractor's redlines in the field. The following items are not included in construction phase services: A. Review of pay estimates. Page 2 of 2 December 6, 2017 EXHIBIT C Work Schedule Attached Behind This Page ilD Task Task Name Duration Start Finish Predecessors May'18 Jun'18 Jul'18 Aug'18 Sep•18 oct'l8 Nov'18 Dec'18 Jan'19 Feb'19 Mode 15 22 29 6 13 20 27 3 10 17 24 1 8 15 22 29 5 12 19 26 2 9 16 23 30 7 14 21 28 4 11 18 2S 2 9 16 23 30 6 13 20 27 3 10 1 1 t1T 2 30%-Preliminary 30 days Mon Fri 6/1/18 Alternatives 4/23/18 3 W 300A CORR Review 10 days Mon 6/4/18 Fri 6/1S/18 2 4 W 60%PS&E 30 days Mon 6/18/18 Fri 7/27/18 3 5 tt� 60%CORR Review 30 days Mon 7/30/18 Fn 9/7/18 4 s` 6 or. 90°x6 PS&E 60 days Mon 9/10/18 Fri 11/30/18 5 _ # 7 tt! 90%CORR Review 30 days Mon 12/3/18 Fri 1/11/19 6 8 100%PS&E 10 days Mon 1/14/19 Fri 1/25/19 7 `" 3 9 100%CORR Review 5 days Mon 1/28/19 Fri 2/1/19 8 ` 10 Final Submittal 5 days Mon 2/4/19 Fri 2/8/19 9 � 71■1 , 4 Task Project Summary Manual Task Start-only l Deadline d Project:Projectl Split ,. Inactive Task Duration-only Fmsh-only 7 Progress Date-Wed 5/2/18 Milestone ♦ Inactive Milestone Manual Summary RoBtip External Tasks Manual Progress Summary I Inactive Summary Manual surrrnary 1 1 External Milestone Page 1 EXHIBIT D Fee Schedule Attached Behind This Page City of Round Rock—DB Woods at SH 29-Utility Relocations Scope of Services Construction Phase services will be performed for a fee of$23,858.00, plus approximately$323.00 in expenses. City of Round Rock DB Woods at SH 29 Water Relocations Task Labor Expense Total Fee Design $78,429.00 $1,037.00 $79,466.00 Bid $8,180.00 $41.00 $8,221.00 Construction $23,858.00 $323.00 $24,181.00 Total $110,467.00 $1,401.00 $111,868.00 Also per the request of the Owner,CobbFendley is providing a fee estimate for easement preparation to include: Survey Controls, Record Right-of-Way research, easement survey, and ownership research associated with the Raw Water Line area only. See the Survey proposal attached to this document at the end for project location, assumptions, and exclusions. Here is a basis of compensation associated with Survey Easement Services: Basic Survey Services: $5,800.00 CFA Provided Ownership Research: $600.00 Cobb, Fendley&Associates, Inc. Page 3 of 3 December 6,2017 Contract No: DB Woods at SH 29 Work Authorization No. Water Relocations Supplemental No. Hours Expenses $235.00 $16000 $125.00 $135.00 $110.00 $72.00 . $0.550 $12.000 $0.150 per hour per hour per hour per hour perhour perhour per mile pereach per sheet Task Senior Proj Engr III Proj Engr I Senior Technician 11 Clerical Mileage Delivery Copies Total Total Budget Engineer Technician Hours Design Phase A. Data Development Al. Gather and analyze data. 4 24 24 52 $6,860.00 A2.Prepare preliminary adjustment and 2 8 24 24 58 $7,990.00 relocation plans. A3. Coordination meeting with City 4 4 4 140 12 $2,080.00 B Plans $0.00 B1 Cover 1 sheet 2 4 6 $820.00 B2.General Notes 1 sheet 2 2 4 $570.00 B3.Relocation Plans Water 1 sheets 2 4 8 8 22 $3,190.00 B4.Plan and Profile 6 Sheets 4 24 60 64 152 $20,920.00 B5.Detail Sheets 4 sheets 2 8 16 16 42 $5,910.00 B6 Desi n Calculations 8 8 16 $2,280.00 C.Specifications 1 8 16 4 29 $3,80300 D.Quantity Take-Off/Bid Form 8 8 16 $2,280.00 E.Cost Estimate 8 8 16 $2,280.00 F.QA/QC 16 8 4 28 $5,580.00 G.Submittal Packages 4 8 8 8 250 4 3000 24 $2,856.00 H.Respond to Comments 8 16 16 40 $5.440.00 I.Coordination/Review Meetings 4 6 B 8 2 500 24 $3,834.00 J.Approvals 4 4 B 16 $1,716.00 Hour Sub Total 37 124 218 156 0 22 890 4 3000 557 Subtotal Labor Costs $8,695.00 $19,840 00 $27,250.00 $21,060.00 $0.00 $1,584.00 $489.0 $48.00 $450.00 $78,429.00 Subtotal Expense Costs $1,037.00 Bid Phase A.Pre-bid conference 4 4 70 8 $1,140.00 B.Respond to contractors'questions 8 4 12 $1,780.00 C.Prepare addenda 2 4 8 16 28 $3,800.00 E.Review bid tabs 4 4 8 $1,140.00 F. Review Recommendation of Award 2 2 $320.00 Hour Sub Total 0 22 16 0 0 70 0 0 38 Subtotal Labor Costs $0 00 $3,520,00 $2,160.00 $0.00 $0.00 $38.50 $0.00 $0.00 $8,180.00 Subtotal Expense Costs $41.00 DB Woods/SH 29-Water Relocations Page 1 of 2 December 6,2017 Contract No: DB Woods at SH 29 Work Authorization No. Water Relocations Supplemental No. Hours Expenses $235.00 $160.00 $125.00 $135.00 $110.00 $72.00 $0.550 $12.000 $0.150 er hour er hour perhour —per hour per hour per hour per mile pereach per sheet Task Senior Proj Engr III Proj Engr I Senior Technician II Clerical Mileage Delivery Copies Total Total Budget Engineer Technician Hours Construction Phase A.Attend reconstruction meetin 4 4 70 $1,140.00 B.Attend progress meetings 2 8 8 140 $2,280.00 C.Attend site visits 2 8 8 $2,280.00 D.Review submittals 15 8 16 4 4 $3.568.00 E.Respond to RFls 8 16 16 8 4 40 $5,640,00 F.Change orders 1 2 8 8 8 2 100 $3.830.00 G.Final walk-throw h 4 4 70 $1,140.00 H.Project close-out 2 2 2 $1,040.00 1.Record drawings 1 2 1 8 1 12 1 1 3 $2,940.00 Hour Sub Total 4 60 74 28 0 4 280 11 143 0 Subtotal Labor Costs $940.00 $9,600.00 $11,840.00 $3,780.00 $0.00 $288.00 $154.00 $132.00 $21.45 $0.00 $23,858.00 Subtotal Expense Costs $323.00 Task Labor Expense Total Fee Design $78,429.00 $1,037.00 $79,466.00 Bid $8,180.00 $41.00 $8,221.00 Construction $23,858.00 $323.00 $24,181.00 Total $110,467.00 $1,401.00 $111,868.00 DB Woods/SH 29-Water Relocations Page 2 of 2 December 6,2017 :�R' CobbFendley TBPE Firm Registration No 274 July 21,2017 DB Woods at SH 29—Easement Staking—Williamson County,Texas The specific tasks to be performed by CobbFendley in conjunction with this project are limited to the following: SCOPE OF SERVICES SURVEY—CONTROL 1. CFA will mobilize to job site to verify survey control established in May of 2015. 2. The previous survey control was based on the City of Georgetown Datum which is referenced to the Texas State Plane Coordinate System—Central Zone,North American Datum 1983(93 HARN), North American Vertical Datum 1988. RECORD RIGHT-OF-WAY RESEARCH 1. CFA understands that all record research, necessary to establish the existing right-of-way for DB Woods and SH 29 will be provided by Client. Research may include, Existing Right-of-Way maps, adjoining ownership documents, i.e.deeds, plats,tax information. 2. CFA also understands that any pertinent easement documents will be provided,specifically those easements that directly affect the area shown on Exhibit"A" below. 3. Information from this search will be compiled in a Deed Study of the area designated by the limits shown on Exhibit "A" below. EASEMENT SURVEY 1. Based on the Deed Study prepared and stated above, CFA will mobilize to the site and recover previously located monumentation (surveyed in May of 2015) and any additional monuments required to establish the Right-of-Way for DB Woods and SH 29. 2. CFA office staff will use the Deed Study Map,with found property corners and the Texas Board of Professional Land Surveyors standards for rules of reconstruction to establish the existing Right- Of-Way of DB Woods and SH 29. 3. CFA will additionally re-establish the easement for an existing Raw Water line, designated for replacement by the City. 4. CFA will stake the easement at all P.L's and approximate 100' intervals. Limits of this staking will run approximately 800 feet along DB Woods and 1,600 feet along SH 29. ADDITIONAL RESEARCH 1. Although research of adjoining land owner data is not considered to be part of the SCOPE OF SURVEY,CFA can provide the necessary research of owners along each right-of-way. 2. This research will include review of current Williamson County Tax Appraisal records and Williamson County Clerk records for deed information. 3. The additional information will be incorporated into the Deed Study stated above. 505 East Huntland Drive,Suite 100 1 Austin,Texas 78752 1 512.834.9798 1 fax 512.834.7727 1 www.cobbfendley.com TOPE Firm Registration No 274 J TBPLS Registration No 100467 ::" CobbFendley Date TBPE Firm Registration No 273 Page 2 of 3 SITE DESCRIPTION The site is considered to be t the intersection of DB Woods and SH 29,in Williamson County,Texas and extend approximately 2000'feet in each direction from the intersection.The easement to be located/staked is runs along the north line of DB Woods,east of SH 29(800 feet)and the east line of SH 29, north of DB Woods (1,600 feet). (See Exhibit"A"below). EXCLUSIONS FROM THE SCOPE OF SERVICES Specific items excluded from this proposal are as follows, and CobbFendley shall have no responsibility to perform any of these services. 1. Right of Entry will not be required for this survey,as all work will be performed with in the obvious limits of said DB Woods and SH 29 and the existing easement to be staked. 2. The survey will not address compliance or assessment of existing utilities, wetland determinations, fault lines and/or environmental assessments that are beyond the surveyor's expertise. 3. Excavation of utilities. 4. "Standard traffic control" is performed by CobbFendley and is included in our standard rates. "Standard traffic control"can be described as short term lane closure necessaryfor manhole entry or access to utility features located in the roadway. Should "NON STANDARAD" control be required(lane closures,police office present,arrow board,etc...)these services will be considered extra. S. Any other service not specifically included within this description of Scope of Services described above BASIS OF COMPENSATION We propose to perform the described Basic Services for the following fees: BASIC SURVEY SERVICES $51800.00 CFA PROVIDED OWNERSHIP RESEARCH 600.00 505 East Huntland Drive,Suite 100 1 Austin,Texas 78752 1 512 834.9798 1 fax 512.834.7727 1 www cobbfendley.com TBPE Firm Registration No 274 J TBPL5 Registration No 100467 EXHIBIT E Certificates of Insurance Attached Behind This Page Client#: 153896 COBBFEND ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MM1DDNYM 6/30/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the policy(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 lieu of such endorsement(s). PRODUCER Michelle Weweh USI Southwest PH 9811 Katy Freeway,Suite 500 -M o Eat:7I3-490-4592 ,,CN,): 484-652-5181 Houston,TX 77024 DRESS: michelle.weweh@usi.com INSURERS AFFORDING COVERAGE NAIC iI 713 490 500 INSURER A,Travelers Indemnity Co.of Amer 25666 INSURED INSURER 8:Travelers Indemnity Company 25658 Cobb,Fendley 8 Associates,Inc. INSURER C:Berkley Insurance Company 32603 13430 Northwest Frwy Ste 1100 Houston,TX 77040 INSURER D:Charter Oak Fire Insurance Comp 125615 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD UB POLICY EFF POLICY EX LTR TYPE OF INSURANCE INSR D POLICY NUMBER MMIDD MMIDDNY" LIMITS A X COMMERCIAL GENERAL LIABILITY 6802J988165 0711012017 07/10/201a EACHOCCURRENCE $1,000,000 CLAIMS MADE OCCUR pREMISE5 Ea a&u°nye $1,000,000 MED EXP Any oneperson) $10,000 X Deductible:$O PERSONALBADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY a JET [7 LOC PRODUCTS-COMP/OP AGG s2,000,000 OTHER: $ D AUTOMOBILE LIABILITY BABE243910 7/1012017 07110/2016 (COBINED Ea accideen SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY Par accident S AUTOS AUTOS { ) X HIRED AUTOS X AUTOS NON-OWNED PROPERTYDAMAGE AUTOS Per accident s X Deductible:$0 S B X L!MBRELLA LIAR X OCCUR CUP8E287003 07111012017 07/1=0118 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$10000 $ B WORKERS COMPENSATION UB4297T92 7/10/2017 07/10/201 X 1,qPTEARTLrrsI IOTH- AND EMPLOYERS'LIABIUTY ANY PROPRIETORIPARTNERIEXECUTIVE Y 1 N OFFICERIMEMBER EXCLUDED? NIA E.L.EACH ACCIDENT $1,000,000 (Mandalay In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 ff yyeesp describe under DE6CRIPTION OF OPERATIONS below Deductible:$0 E.L.DISEASE-POLICY LIMIT S1,000,000 C Professional AEC901580002 7/10/2017 0711012011 $5,000,000 per claim Liability $5,000,000 anni aggr. CM Retro Date: 10/711987 1 Deductible:$200,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more apace is raqulred) The General Liability and Automobile Liability policies Includes an automatic Additional Insured endorsement that provides Additional Insured status to the Certificate Holder only when there is a written contract that requires such status,and only with regard to work performed on behalf of the named Insured. The General Liability and Automobile Liability policies contain a special endorsement with"Primary and (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Cobb,Fendley&Associates,Inc. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 13430 Northwest Freeway ACCORDANCE WITH THE POLICY PROVISIONS. Suite 100 Houston,TX 77040-0000 AUTHORIZED REPRESENTATNE ®1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) 1 of 2 The ACORD name and logo are registered marks of ACORD #S20932485/M20926467 MDKZP DESCRIPTIONS (Continued from Page 1) Noncontributory"wording. The General Liability,Automobile and Workers Compensation policies provide a Blanket Waiver of Subrogation when required by written contract. The General Liability,Automobile,Workers Compensation and Umbrella Liability policies Include an endorsement providing that 30 days notice of cancellation for reasons other than non payment of premium and 10 days notice of cancellation for non payment of premium will be given to the Certificate Holder by the Insurance Carrier. The Umbrella Liability policy follows form to the underlying General Liability,Automobile and Workers Compensation policies. The Umbrella Liability coverage limits are In addition to those provided by the General Liability,Automobile and Workers Compensation policies. This Certificate is issued for insured operations usual to engineering services. SAGITTA 25.3(2014101) 2 of 2 #S20932485/M20926467 CERTIFICATE OF INTERESTED PARTIES FORM 1.295 10f1 Complete Nos,1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-342397 Cobb, Fendley&Associates, Inc. Austin,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 04/20/2018 being filed. City of Round Rock Date Acknowledged: g Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 29RWL DB Woods/SH 29 30"W.L. Relocation; Design services 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Waith, Dan Houston,TX United States X Bostwick,Cal Houston,TX United States X Silver, Monica Houston,TX United States X Conger, Dale Houston,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My nalne is Dan Warth and my date of birth is 5/29/1960 My address is 505 E. Hurltland Drive,Suite 100 Austin TX 78752 US (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Travis County, State of Texas ,on the ratl day of April 20 18 (month) (year) 0'bfAe/" Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos,1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-342397 Cobb, Fendley&Associates, Inc. Austin,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 04/20/2018 being filed. City of Round Rock Date Acknowledged: 06/11/2018 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 29RWL DB Woods/SH 29 30"W.L. Relocation; Design services 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Warth, Dan Houston,TX United States X Bostwick, Cal Houston,TX United States X Silver, Monica Houston,TX United States X Conger, Dale Houston,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523