Contract - Westwood Professional Services - 6/8/2023 DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
ROUND ROCK TEXAS
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: WESTWOOD PROFESSIONAL SERVICES,INC. ("Engineer")
ADDRESS: 8701 N. Mopac Expressway, Suite 320,Austin, TX 78759
PROJECT: McNeil Road at Round Rock West Right Turn Lane
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
THI$ CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the day of t1kit4F ,2023 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.02/22
0199.2023 10;4863-7414-2049 4879-8103-9872;00192831
R-2023- 172 '
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
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
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
(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 One Hundred Fifty-Two Thousand Four Hundred Five and No/100 Dollars ($152,405.00)
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
DocuSgn Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
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:
Dawn Scheel, P.E.
Project Manager
3400 Sunrise Road
Round Rock,TX 78665
Telephone Number(512) 218-6603
Mobile Number(512)663-1098
Fax Number N/A
Email Address dscheel ,roundrocktexas.gov
4
DocuSign Envelope ID:4F46771A-BB724904-9E12-471D52B7B093
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:
Jacob Valentien, P.E.
Public Infrastructure Market Lead
8701 N. Mopac Expressway, Suite 320
Austin, TX 78759
Telephone Number(512)485-0831
Fax Number N/A
Email Address Jacob.valentien(&westwoodps.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
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
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
DocuSign Envelope ID:4F46771A-BB724904-9E12-471D52B7B093
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 hold harmless Engineer from all claims,damages, losses and expenses,
resulting therefrom.Any modification of the plans will be evidenced on the plans and be signed and sealed
by a licensed professional prior to re-use of modified plans.
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
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52137B093
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
DocuSign Envelope ID:4F46771A-BB72-4904-9E12471D52B7B093
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 TERMSIBREACH 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 Services completed
9
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
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 state,federal 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) As required by Chapter 2271, Government Code, Engineer hereby verifies that it does not
boycott Israel and will not boycott Israel through the term of this Agreement. For purposes of this
verification, "boycott Israel" means refusing to deal with, terminating business activities with, or
otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial
relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-
controlled territory, but does not include an action made for ordinary business purposes.
(3) In accordance with 2274, Texas Government Code, a governmental entity may not enter into
a contract with a company with at least ten (10) full-time employees for value of at least One Hundred
Thousand and No/100 Dollars($100,000.00)unless the contract has a provision in the contract verifying
that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm
entity or firearm trade association; and(2) will not discriminate during the term of the contract against a
10
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
firearm entity or firearm trade association. The signatory executing this Contract on behalf of the
Engineer verifies Engineer does not have a practice, policy, guidance, or directive that discriminates
against a firearm entity or firearm trade association, and it will not discriminate during the term of this
Contract against any firearm entity or firearm trade association.
(4) In accordance with 2274,Texas Government Code, a governmental entity may not enter into
a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred
Thousand and No/100 Dollars($100,000.00)unless the contract has a provision in the contract verifying
that it: (1)does not boycott energy companies; and(2)will not boycott energy companies during the term
of this Contract. The signatory executing this Contract on behalf of Engineer verifies Engineer does not
boycott energy companies, and it will not boycott energy companies during the term of this Contract.
(5) 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 City harmless from all liability for damage to the extent that the
damage is caused by or results from an act of negligence, intentional tort, intellectual property
infringement, or failure to pay a subcontractor or supplier committed by Engineer, Engineer's agent, or
another entity over which Engineer exercises control. 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 to the
extent resulting from 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.
11
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
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 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
in coverage, and such notice thereof shall be given to City by certified mail to:
12
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471135213713093
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.
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.
13
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
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
and to:
Stephanie L. Sandre
City Attorney
309 East Main Street
Round Rock, TX 78664
Engineer:
Jacob Valentien, P.E.
Public Infrastructure Market Lead
8701 N. Mopac Expressway, Suite 320
Austin,TX 78759
Attn: General Counsel
Westwood Professional Services, Inc.
12701 Whitewater Drive, Ste 300
Minnetonka, MN 55343
14
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
ARTICLE 33
GENERAL PROVISIONS
(1) Time is of the Essence. The Services shall be performed expeditiously as is prudent
considering the ordinary professional skill and care of a competent engineer. 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. Any determination to withhold or set
off shall be made in good faith and with written notice to Engineer provided, however, Engineer shall
have fourteen(14)calendar days from receipt of the notice to submit a plan for cure reasonably acceptable
to City.
(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.
(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.
15
DocuSign Envelope ID:4F46771A-BB72-4904-9E12471D52B7B093
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.
[signature page follows]
16
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
WESTWOOD PROFESSIONAL SERVICES, INC.
DocuSigned by:
By: F
5/11/2023
Signature o incipal
Printed Name: Brian O'Neill
17
DocuSign Envelope ID:4F46771A-BB724904-9E12471D52B7B093
CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM:
By:
Craig ran, N or Stepha ie L. Sandre, City Attorney
ATTEST:
B I I ':ion
Meagan SpinlbCity Cl elk
18
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
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
19
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
EXHIBIT A
CITY SERVICES
MCNEIL ROAD AT ROUND ROCK WEST DRIVE - RIGHT TURN LANE
PROJECT DESCRIPTION:
The project consists of construction of a right turn lane expansion from McNeil Road onto
Round Rock Road West Drive and a traffic signal with pedestrian crossing signal
improvements along with the necessary sidewalk, permanent pavement markings,
signage, traffic control, and other details.
BASIC SERVICES:
A. Project Coordination
1. Project Coordination:
• Coordinate with Land Owners and legal entities for ROW
Acquisition.
• Coordinate with on-going or future City projects that may impact the
Project.
• Provide necessary record drawings or known existing utility
information to the engineer.
2. Communication and Reporting:
• Attend pre-design project kickoff meeting with Engineering staff to
confirm and clarify scope, understand Project objectives, and
ensure economical and functional designs that meet Client
requirements.
• Attend review meetings with the Engineer at the end of each design
phase.
• Review and approve monthly invoices provided by the Engineer.
• Review monthly progress reports provided by the Engineer.
B. Conceptual Design (30% Submittal)
• Attend meeting with Engineer to review the defined deliverables for
the Conceptual Design Submittal Phase as specified in Exhibit B -
Engineering Services.
• Review and approve the layout and design components that
successfully address the design problem.
• Provide endorsement of the selected concept.
3/29/2023 Page 1
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D521376093
C. Final Design (95% and 100% Submittal)
1. Tasks for the Final Design Submittal include the following:
• Attend meeting with Engineer to review the defined deliverables for
the Final Design Phase as specified in Exhibit B - Engineering
Services.
• Review assembled standard construction contract documents for
the project. Provide necessary record drawings or known existing
utility information to the engineer.
• Review estimate of construction quantities and final opinion of
probable construction costs as provided by the Engineer.
• For 100% Design
o Provide endorsement of final design package deliverables
as specified in Exhibit B - Engineering Services.
D. Bid Phase Services
1. Endorsement of Bidding Documents:
• Provide endorsement of submitted bidding documents and
approval of bid.
2. Provide assistance in answering administrative CivCast questions.
3. Review and approve of the conformed issued for construction documents
at end of bidding.
4. Assist in coordination of contract documents upon selection of bidder for
award.
E. Construction Phase Services
1. Preconstruction Conference
2. Review of any pertinent submittals for approval after Engineer has
reviewed and approved/commented.
3. Provide field inspection services
4. Provide representation at scheduled project meetings.
5. Final Inspection
• City shall attend final inspection of the Project with representatives
of the Engineer and the construction contractor.
F. Project Completion
1. Review and provide endorsement of"Record Drawings" based upon mark-
ups and information provided by the construction contractor(s) and the
Engineer representative.
END OF EXHIBIT 'A'
3/29/2023 Page 2
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
EXHIBIT B
ENGINEERING SERVICES
McNEIL ROAD AT ROUND ROCK WEST DRIVE - RIGHT TURN LANE
PROJECT DESCRIPTION:
The project consists of construction of a right turn lane expansion from McNeil Road onto
Round Rock Road West Drive and a traffic signal with pedestrian crossing signal
improvements along with the necessary sidewalk, permanent pavement markings,
signage, traffic control, and other details.
The Engineer shall provide the necessary engineering and technical services for the
completion of surveying and mapping, right-of-way mapping, and preparation of plans,
specifications, and estimates for the project.
Design services related to the design and plan production for this project will be performed
in accordance with the latest available City of Round Rock Transportation Design and
Construction Standards (DACS) Criteria Manual and TxDOT manuals from the design
collection located on the TxDOT website. The roadway will be designed based the DACS
Table 1-1c: Geometric Criteria - Arterial Streets and TxDOT (3R) design criteria, as
applicable. The intent is to meet design criteria based on a speed limit of 45 miles per hour
(mph). The development of the project will be consistent with City and TxDOT design
procedures and practices. This project will be developed utilizing Autocad Civil 3D.
Below is a more complete description of services to be provided throughout the project:
BASIC SERVICES:
G. Project Management, Coordination & Permitting (FC 145)
1. Manage the Team:
• Lead, manage and direct design team activities.
• Ensure quality control is practiced in performance of the work.
• Communicate internally among team members.
• Allocate team resources.
2. Communications and Reporting:
• Attend a pre-design project kickoff meeting with Client staff to
confirm and clarify scope, understand Client objectives, and ensure
economical and functional designs that meet Client requirements.
• Conduct review meetings with the Client at the end of each design
phase.
• Prepare and submit monthly invoices in the format acceptable to
the Client.
• Prepare and submit monthly progress reports.
3/30/2023 Page 1
DocuSign Envelope R 4F46771A-BB72-4904-9E12-471D52B7B093
• Prepare and submit baseline Project Schedule initially and Project
Schedule updates.
3. Permit Coordination:
• Westwood will provide coordination with the required agencies for
Permitting of the proposed infrastructure construction. Included in
this item are.-
Coordination of submittal for permits.
• Research and provide appropriate design specifications.
• Coordination for final plan approval.
• Up to three (3) coordination meetings, if required.
• Application and Permitting fees and special insurance premiums
are not included.
H. Field Survey (FC 150)
1. Establish Survey Control:
Establish survey control along each street or intersecting streets as
necessary. These control points will be established based on and tied to
established City horizontal and vertical control points. The horizontal
control for each street in the PROJECT will be established on the State
Plane Coordinate System (NAD'83 Surface Coordinates) from Client
monumentation. Control points will be established using 5/8" iron rods, 18"
long. These control points will be established using GPS and conventional
surveying methods.
2. Benchmark Loop:
A benchmark circuit will be established, based on the vertical control points
provided. These benchmarks will be located outside of the construction
limits and put in such a place so that they may be easily found for future
use. Benchmarks will be located at about 1,000' intervals and will be
referenced. Benchmarks shall be looped in accordance with good
surveying practice prior to field surveys. All control leveling work will be
performed using appropriate modified second order procedures with closed
loops into the PROJECT vertical control.
3/30/2023 Page 2
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
3. Existing Streets, Driveways and Right-of-Way:
Existing streets, driveways and right-of-way will be profiled and
cross-sectioned at 50' intervals and to a point at least 20' outside of the
Right-of-Way line (upon receiving permission for right-of-entry). Low
points, high points and other unique features will be noted. Pavement
surfacing will be determined by visual inspection only. Intersecting streets
will be profiled and cross-sectioned to a point at least 50' beyond the
roadway being replaced. Any required permitting fees or traffic control fees
(other than standard traffic control equipment) is not included in this
proposal.
4. Existing Drainage Channels and Drainage Area Verification:
Existing drainage channels and swales will be profiled and cross sectioned
within the immediate vicinity of the PROJECT, 100' upstream and
downstream. Low points, high points and any other unique features will be
noted. Additional surveying may be necessary to verify the limits of
drainage areas.
5. Existing Underground and/or Overhead Utilities:
Surveyor will submit a utility locate request to Texas811 for the segment
along the roadway and survey in their markings. Utility owner's will be
contacted, on an as-needed basis, and requested to assist in locating
existing utilities identified for the PROJECT. Above ground features of
existing utilities within the proposed Right-of-Way for the limits of the
PROJECT will be field located, including elevations of sanitary and storm
sewer manhole flowlines and water/gas valve stems. The location of
utilities between above ground features will be determined from visual
inspection, utility records, and/or from locations determined by the
respective utility companies. The utilities will be tied to the PROJECT
control points and depths determined in sufficient detail to identify potential
conflicts with proposed construction. The excavation and other costs
required to expose or probe the underground utilities will be the
responsibility of others.
6. Right-of-Way:
Right-of-Way lines along the PROJECT will be located. This information
will be included on the PROJECT'S plan sheets. The Surveyor will locate
right-of-way monumentation and other evidence to best-fit the existing
right-of-way lines and determine proposed right-of-way lines.
3/30/2023 Page 3
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B76093
7. Existing Storm Sewers and Culverts
The size of existing culverts will be measured and tied along with existing
headwalls, channels and aprons. The size, length, and flowline elevation
of existing storm sewers will be surveyed. Drainage areas contributing to
the PROJECT or conveying water from the PROJECT will be determined
through field investigations and available topographic mapping.
8. Temporary Signs, Traffic Control, Flags, Safety Equipment, Etc.
The Surveyor will exercise care in completing this surveying assignment by
using traffic control devices, flags and safety equipment when necessary.
9. Boundary Survey:
Westwood will perform an on the ground survey of the project area under
the direct supervision of a Registered Professional Land Surveyor and will
prepare a certified survey plat and written property description of said
project area. Westwood will not perform an abstract of title on the subject
project area but instead will rely on a current commitment for title insurance.
Included in this item:
• The establishment of the boundary of the tract based on recorded deed
information.
• Identification of boundary conflicts with adjoining tracts.
• Identification of any significant differences between the established
boundary and deed or plat information.
• Monumentation of the boundary of the site in accordance with State of
Texas surveying requirements.
• The location of easements and setback lines of which we have
knowledge.
• Information regarding the ownership of adjacent tracts.
• One (1) revision to the survey to address Title Company and lender
comments and/or changes to the certification. Additional revisions shall
be made on an hourly rate basis.
Not included in this item:
• Field tying any improvements on the site, or visible easements.
Westwood will graphically plot, if any, the Special Flood Hazard Area
from the Flood Insurance Rate Map (FIRM), published by Federal
Emergency Management Agency (FEMA), for this area.
3/30/2023 Page 4
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
10. Deliverables
The Surveyor will provide the topographic and boundary survey in PDF
format. The following items can be provided upon request:
Planimetric file
Surface file including 1 foot contours
ASCII point file
Scan of Surveyor's field notes
Documentation of right-of-entry letters
I. Subsurface Utility Engineering (FC 130)
Westwood will provide Subsurface Utility Engineering (S.U.E.) Services
through the use of a qualified sub-consultant. The S.U.E. will be performed to
ASCE standard guidelines (ASCE 38-02). The deliverables for this project will
be electronic files only in AutoCAD format. All Right-of-Entry Coordination is to
be provided by Westwood. Non-Routing Traffic Control Measures are not
included in the scope of services. As described in the publication, four levels
have been established to describe the quality of utility location and attribute
information used on plans. The four quality levels are as follows:
• Quality Level D(QL"D") - Information derived from existing utility records.
• Quality Level C (QL"C") -QL"D" information supplemented with information
obtained by surveying visible above-ground utility features such as valves,
hydrants, meters, manhole covers, etc.
• Quality Level B (QL"B") - Two-dimensional (x, y) information obtained
through the application and interpretation of non-destructive surface
geophysical methods. Also known as "designating" this quality level
provides the horizontal position of subsurface utilities within approximately
one foot.
• Quality Level A (QL"A") - Three dimensional (x, y, z) utility information
obtained utilizing non-destructive vacuum excavation equipment to expose
utilities at critical points which are then tied down by surveying. Also known
as "locating", this quality level provides precise horizontal and vertical
positioning of utilities within approximately 0.05 feet.
Westwood will provide Subsurface Utility Engineering (S.U.E.) Services
through the use of a qualified sub-consultant. Levels B and A S.U.E., as
determined by Westwood, will be performed to ASCE standard guidelines
(ASCE 38-02). The deliverables for this project will be electronic files only in
AutoCAD format. All Right-of-Entry Coordination is to be provided by Client.
NonRouting Traffic Control Measures are not included in the scope of services.
3/30/2023 Page 5
DocuSign Envelope U 4F46771A-BB72-4904-9E12-471D52B7B093
J. Franchise Utility Coordination: (FC 163)
• Westwood will consult with the Client, public utilities, private utilities and
government agencies to determine the approximate location of above
and underground utilities, and other facilities (current and future) that
have an impact or influence on the project. Westwood will design Client
facilities to avoid or minimize conflicts with existing utilities, and where
known and possible consider potential future utilities in designs.
• Westwood will provide plans to and coordinate with utility owner related
to the relocation efforts of franchise utilities that remain in conflict with
the proposed construction.
• Utility coordination meeting(s) to start relocation process with affected
franchise utilities.
K. Geotechnical Engineering (FC 163)
1. Through a qualified subcontractor, Westwood shall:
• Perform soil investigations, including field and laboratory tests, borings,
related engineering analysis and recommendations for determining soil
conditions will be made.
• Field and laboratory analysis will be made at reasonable intervals along
the project alignment.
• A pavement section design will be prepared based on the results.
• Recommendations regarding design of trench safety and below ground
structure, and suitability of pipe materials and construction technologies
will be prepared based on the results.
L. Conceptual Design (30% Submittal) (FC 110)
The Conceptual Design shall be submitted to Client per the approved Project
Schedule. The purpose of the conceptual design is for Westwood to:
• Identify and develop proposed layout.
• Present (through the defined deliverables) these layout and design
components to the Client.
• Recommend the layout and design components that successfully
address the design problem.
• Obtain the Client's endorsement of the selected concept.
Westwood will develop the conceptual design of the infrastructure as follows.
1. Data Collection:
• In addition to data obtained from the Client, Westwood will research
proposed improvements in conjunction with any other planned future
improvements known by the Client that may influence the project.
• Westwood will also identify and seek to obtain data for existing
conditions that may impact the project including but not limited to;
utilities, agencies, Client Master Plans, and property ownership as
available from the Tax Assessor's office.
3/30/2023 Page 6
DocuSign Envelope ID 4F46771A-BB72-4904-9E12-471D52B7B093
• The data collection efforts will also include conducting special
coordination meetings with affected property owners and businesses as
necessary to develop the design.
2. The Conceptual Design Package shall include the following:
• Conceptual (30%) plans to include:
Cover Sheet
• Project Layout & Control Sheet
• Roadway Typical Section
• Roadway plan and profile sheets
Scale 1" = 20' Horizontal; 1" = 2' Vertical
• Cross Section Sheets
Scale 1" = 20' Horizontal; 1" = 4' Vertical
• Drainage plan and profile sheets
Scale 1" = 20' Horizontal; 1" = 2' Vertical
• Drainage Area Map
Scale 1" = 200' Horizontal (Maximum)
• Water utility plan and profile sheets
Scale 1"= 20' Horizontal; 1"= 4' Vertical
• Documentation of key design decisions.
• Conceptual opinion of probable construction cost.
M. Final Design (95% and 100% Submittal) (FC 160)
1. The Final Design Package shall include the following:
• Cover Sheet
General Notes
• Quantity Sheet
• Project Layout & Control Sheet
Roadway Typical Section
• Traffic Control Plan Sheets
• Demolition Sheets
Roadway plan and profile sheets.
Scale 1" = 20' Horizontal; 1"= 2' Vertical
• Cross Section Sheets
Scale 1"= 20'Horizontal; 1" =4' Vertical
• Drainage Area Map
• Drainage plan and profile sheets.
Scale 1"= 20'Horizontal; 1"= 2' Vertical
• Hydraulic Data
• Water Utility plan and profile sheets
Scale 1" = 20' Horizontal; 1"= 4' Vertical
• Signage & Striping Sheet
Traffic Signal Design which includes:
3/30/2023 Page 7
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D5287B093
For 95% complete
Signal and Conduit Sheets
• General notes
• Summary of estimated quantities
Existing conditions and removals plan sheet
• Traffic Signal Design plan sheet for the intersection
Permanent Signal design summary tables and charts for the
intersection
• Client/TxDOT standard detail sheets
Assemble standard construction contract documents and
modify special technical specifications, if needed, for the project
(if any).
• Prepare an estimate of construction quantities and develop the
final opinion of probable construction costs.
• Attend one (1) review coordination meeting with the Client to
discuss the details of the traffic signal design.
For 100% complete
• Revise preliminary plans, incorporating comments from the
Client.
• Finalize construction contract documents including special
technical specifications and special conditions (if any).
• Prepare estimates of final construction quantities and final
opinions of construction cost
Information required can be combined on sheets if the information can be
clearly shown and is approved by Client's project manager.
Construction plan sheets identified above may require additional sheets,
which would be mutually agreed upon prior to addition.
2. Assemble Client's standard construction contract documents and modify
special technical specifications, if needed, for the project (if any).
3. Submit digital and hard copies of construction contract documents,
drawings, and opinion of probable construction cost Client.
4. Estimate of final construction quantities and final opinions of construction
cost with a 10% contingency.
N. Right-of-Way & Acquisition Documents (FC 130):
1. Westwood shall prepare the right-of-way and easement exhibits necessary
for the selected alternative.
2. Westwood will provide coordination efforts to get the ROW acquired.
3/30/2023 Page 8
DocuSign Envelope 11D:4F46771A-BB72-4904-9E12-471D52B7B093
0. Bid Phase Services
1. Bidder Assistance
Westwood will develop and implement procedures for receiving and
answering bidders' questions and requests for additional information. The
procedures shall include a log of all significant bidders' questions and
requests, and the response thereto. Westwood will provide technical
interpretation of the contract bid documents and will prepare proposed
responses to all bidders'questions and requests, in the form of addenda.
2. Conformed Construction Documents:
Upon award of a contract by the Client, Westwood shall assist with the
execution, assembly and distribution of the construction contract
documents for the Project.
P. Construction Phase Services
1. Preconstruction Conference.-
. Westwood shall attend the preconstruction conference.
2. Public Meeting:
• After the pre-construction conference, Westwood shall provide project
exhibits and attend a public meeting, if any, to help explain the
proposed project to interested parties. The Client shall select a suitable
location and extend the invitation to the affected parties and the public
as deemed appropriate.
3. Site Visits:
• Westwood shall visit the project site at appropriate intervals as
construction proceeds to observe and report on progress. It is
estimated that one (1) visit per month will be made by Westwood.
4. Shop Drawing and Lab Report Review:
• Westwood shall review shop and erection drawings submitted by the
contractor for compliance with design concepts. Westwood shall
review laboratory, shop, and mill test reports on materials and
equipment.
5. Instructions to Contractor:
• The Engineer shall provide necessary interpretations and clarifications
of contract documents, review change orders and make
recommendations as to the acceptability of the work, at the request of
the Client.
3/30/2023 Page 9
DocuSign Envelope U 4F46771A-BB72-4904-9E12-471D52B7B093
6. Contractor's Payment Estimates:
• The Engineer shall review monthly and final estimates for payments to
contractors. The payment estimates shall include appropriate
certifications.
7. Final Inspection:
• The Engineer shall attend final inspection of the Project with
representatives of the Client and the construction contractor.
Q. Project Completion
1. Prepare construction "Record Drawings" based upon mark-ups and
information provided by the construction contractor(s) and Client project
representative. Submit one (1) set of the record drawings (with "record
drawing stamp" bearing the signature of the Engineer and the date) to the
Client in digital and hard copy format.
R. Direct Expenses (Not to Exceed)
1. Included in this item are usual and customary expenses normally incurred
during performance of the services described. These expenses could
include courier delivery charges, copies of existing engineering plans
and/or maps, printing and reproduction (either in-house or by reproduction
company) and mileage.
Services = included in this contract:
• Landscape design of neighborhood entrance feature or structural components of
stated feature
• Construction observation or inspection services
• As-built surveys of constructed improvements
• Town Council/Commission meetings
• Reset property corner monumentation disturbed or removed during or after
construction
• LOMR Preparation
• Required application and permitting fees (LOMR) or special insurance premiums
are not included
• Phase I or 11 Environmental Site Assessments
• Tree mitigation plan or calculations of protected tree inches requiring mitigation.
• Tree Survey
Fiberoptic Design
• Traffic Signal design beyond addition of pedestrian crossing signals, equipment
masts and push buttons. Traffic signal operations equipment and software
upgrades are not part of the design.
END OF EXHIBIT 'B'
3/30/2023 Page 10
DocuSign Envelope ID:4F46771A-BB724904-9E12471135213713093
EXHIBIT C
Work Schedule
Attached Behind This Page
DocuSgn Envelope ID:4F46771A-BB72-4904-9E12471D52B7B093
City of Round Rock-McNeil Road at
Round Rock West Drive Right Turn lane Westwood
/
ROUND ROCK
TEXAS
.• a Y N:r^e D rx. n r•d• Rednerwn ..
t Clty of Round Rock McNeilRoad at 393 days Mon 6/12/23 Wad 12/19/24 i. City of Rowed Rock-Mtl6atl Head at Rwxw R•eB wend
Round Rack West Right Turn lane
2 Mane to Proceed(NTPI Odays Mon6/12/23 Mon6/12r23 •f/t2
3 Oesl6n Phase ISS days Man 6/12/23 Fd 2/23/24 DimilR•plW
4 Totsol"PMc Survey 6 ulddy 45 days Mon 6112/23 Fri B/i t/23 2 y
oobon
5 SUE Subrans.k.nl 60 day. Mon6/12/21 Fn 9/1/23 2
6 Geoteehnrcal Subconsultanl 60 days Mon6/12/23 Fri 9/1/23 2
7 ROW Documenf Preparatwn 5days Mon 8/28/23 Fr,9/1/23 4,9FF-15 days �I
R ROW Ac9wstlon 120 days Mon 9/4/23 Fn 2/16/2. 7 =
9 Conceptual 0-1.(30%) 30 days Mon!/14123 Fr,5/22/21 45F F,6FF Z M
10 Submrt to Cuy for Review 130%) 0days Fn 9/22/23 Frl9/22/23 9 4'f/22
1 I Oty Review 1S days Mon 9/25/23 Fri 10/13123 IO It
12 Frnal 0-1.(95%) 45 days Mon 10/16/23 Fri 12/IS/23 11 T
13 SubmAt to City for Review 0 days Fn 12/15/23 Fri 12/IS/23 12 12/15
14 Gty Revsew 20 days Mon 12/18/23 Fri I/12/24 12 T
i5 F-1u.Plans IS days Mon 1/15/24 Fri 2/2/24 14 5
16 Sub-1 FrnaI I100%I O days Fn 2/2/24 FN 2/2/24 Is i 2/2
17 Review S Aulhonre for ll ddrnR IS days Mon 2/5/24 Fri 1123/24 16
IS Bid Phase 78 days Mon 2/26/24 Wed 6/12/24 w Ph-
19 94 Proces 32 days Mon 2/26/24 Tue 4/9/24 8,17 t
20 B d Day 1 day Wed 4/10/24 Wed 4110124 19 e
21 Bld Analysis B Reward 15 days Thu 4/11/24 Wed S/l/24 20 T
22 Conlracls 30 day- Thu S/2/24 Wed 6/12/24 21 I
23 Utrhty Relocal— 45 day Mon 2/26/24 Fri 4/26/24 8,17 Ism-
24 [anstructf 1.Phase 135 days Thu 6/11/24 Wed 12/10/14 �� CaataallAata MteB i
25 Construction Phase 120 days Thu 6113/24 Wed 1112711421,22 nwooaIFlanl
26 Record DravnnB, 15 days Thu 11/28/26 Wed 12/19/24 2S I�
la•r .,n•�V' hprn Frmrrvy AarroNr F Dvw— r
Date Tue 3/26R 3 sd Ir..nr.e rnY Is.rum v^h Irma rrr:m wh 1 neq..rF
M,Y•r.� • Irwrn.MaaFrune MFnurl Su.�maryei'.p F.I.•rW 1.•Yr IM..ylhegrnF
ummr 1"�1 Ir•wr..e Sumu.y u�.uJ Sw.m.ry ---------'9 lnrrvl M.rMr.•
P.9e I
DocuSign Envelope ID:4F46771A-BB724904-9E12471D52B7B093
EXHIBIT D
Fee Schedule
Attached Behind This Page
DocuSign Envelope ID:4F46771A-BB72A904-9E12-471D52B7B093
EXHIBIT D to Agreement between the
City of Round Rock Texas ("Client")
and Westwood Professional Services,
Inc., ("Westwood") for Consulting
Services
EXHIBIT `D' —COMPENSATION AND METHOD OF PAYMENT
McNEIL ROAD AT ROUND ROCK WEST DRIVE — RIGHT TURN LANE
COMPENSATION:
For all professional services included in EXHIBIT 'B', Engineering Services Scope of
Services, Westwood shall be compensated a lump sum fee of $152,405.00 as
summarized below. The total lump sum fee shall be considered full compensation for the
services described in EXHIBIT 'B', including all labor materials, supplies, and equipment
necessary to deliver the services.
Basic & Special Services
A. Project Management, Coordination & Permitting $ 15,590.00
B. Field Survey $ 6,000.00
C. Subsurface Utility Engineering (SUE) $ 12,300.00
D. Franchise Utility Coordination $ 10,010.00
E. Geotechnical Engineering $ 7,100.00
F. Conceptual Design (30% Submittal) $ 24,960.00
G. Final Design (95% & 100%) $44,930.00
H. Right-of-Way & Easement Documents $ 6,050.00
I. Bid phase services $ 5,320.00
J. Construction Phase Services $ 15,180.00
K. Project Completion $ 2,465.00
L. Direct Expenses $ 2,500.00
TOTAL $152,405.00
METHOD OF PAYMENT:
Westwood shall be paid monthly payments as described in Article 3 of the AGREEMENT.
The cumulative sum of such monthly partial fee payments shall not exceed the total current
project budget including all approved Amendments. Each invoice shall be verified as to
its accuracy and compliance with the terms of this Agreement by an officer of Westwood.
Monthly statements for reimbursable services performed by sub consultants will be based
upon the actual cost to Westwood plus ten percent (10%). Direct expenses for services
such as printing, express mail, fees, mileage and other direct expenses that are incurred
during the progress of the project will be billed at 1.1 times Westwood's cost.
END OF EXHIBIT 'D'
3/29/2023 Page 19
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
Exhibit D
Fee Schedule
Project Name: McNeil Road at Round Rock West Drive Right Turn Lane
Total Total Other
Task Labor Hours Loaded Labor Cost Direct Costs Subconsultants TOTALS
Task 1: PROJECT MANAGEMENT,COORDINATION&PERMITTING 86 $15,590 00 $0 00 $0 00 $15,590,00
Task 2 FIELD SURVEY 0 $6,000.00 $0 00 $0 00 $6,000.00
Task 3 SUBSURFACE UTILITY ENGINEERING(SUBCONSULTANT) 6 $1,100.00 $0 00 $11,200.00 $ 12,300.00
Task 4 FRANCHISE UTILITY COORDINATION 55 $10,010.00 $0.00 $0.00 $10,010,00
Task 5 GEOTECHNICAL ENGINEERING(SUBCONSULTANT) 6 $1,100,00 $0.00 $6,000.00 $ 7,100,00
Task 6: CONCEPTUAL DESIGN(30%SUBMITTAL) 167 $24,960 00 $0 00 $0,00 $24,960.00
Task T. FINAL DESIGN(95%and 100%SUBMITTAL) 2965 $44,930.00 $0.00 $0.00 $44,930.00
Task 8. RIGHT-OF-WAY DOCUMENTS&ACQUISITION 14 $6,050 00 $0 00 $0.00 $6,050.00
Task 9: BID PHASE SERVICES 30 $5,320-00 $0 00 $0 00 $5,320.00
Task 10 CONSTRUCTION PHASE SERVICES 82 $15,180.00 $0 00 $0 00 $15,180.00
Task 11 PROJECT COMPLETION 17 $2,465,00 $0.00 $0.00 $2,465.00
Task 12: DIRECT EXPENSES(ESTIMATED) 0 $0.00 $2,500 00 $0 00 $2,500,00
GRAND TOTAL: 7595 $132,705.00 $2,500.00 $17,200 00 1 $152,405.00
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
WESTWOOD PROFESSIONAL SERVICES
Project No.: N:10042976.00 FEE BUDGET ESTIMATE
Client: City of Round Rock BASIC DESIGN 3 CONSTRUCTION SERVICES
Project Title:McNeil Road at Round Rock West Drive Right Turn Lane
Mama 20.2023
BASIS LEVEL OF EFFORT BY CLASSIFICATION
OF TOTAL TOTAL
DESCRIPTION OF WORK TASK MANHOUR PROD PROJECT ENGR MKS FEE
ESTIMATE MGR ENGR TECH PER PER
ONTY UNIT $22000 $16500 $120.00 TASK TASK
PROJECT MANAGEMENT COORDINATION a PERMITTING
TEAM MANAGEMENT 6 MTH 1 120 60 oo ISO S 3.63000
PRELIMINARY CONFERENCE WITH CLIENT 1 WA 40 so 0.0 120 S 2,200,00
FRANCHISE UTILITY COORDINATION 1 WA 100 200 8.0 380 8460.00
COLLECT 6 REVIEW EXISTING DATA 1 WA 60 120 0.0 180 $ 3,300.00
SUB-TOTAL= $6.0 f 15 590.00
FIELD SURVEY
TOPOGRAPHICAL SURVEY 1 WA 00 00 0o 0.0 f 4.00000
BOUNDARY SURVEY 1 WA 00 00 0.0 0.0 2000.00
SUB-TOTAL= 0.0 $ 6,000.00
SUBSURFACE UTILITY ENGINEERING SUBCONSULTANT
COORDINATION 8 REVIEW OF SUE WORK 1 WA 20 40 0.0 6.0 S 1,100.DO
RIOS GROUP OL B d A 1 WA 00 00 0.0 0.0 $ 11 200.00
SUB-TOTAL= 6.0 S 12 300.00
FRANCHISE UTILITY COORDINATION
COLLECT 6 REVIEW EXISTING DATA 1 WA 10 40 0.0 5.0 S 880.00
REDLINE MARKUPS FOR PROPOSED RELOCATION 1 WA 10 40 0.0 so S 880.00
RELOCATION COORDINATION EFFORTS 1 WA 10.0 20.0 0.0 30.0 S 5,50000
MEETINGS 1 WA 4.0 8.0 0.0 10.0 S 1870.00
FINALIZING RELOCATION EFFORTS 1 WA to 40 0.0 5.0 S 880.00
SUBTOTAL• 5S.0 f 10 010.00
GEOTECHNICAL ENGINEERING SUBCONSULTANT
COORDINATION 6 REVIEW OF GEOTECH WORK 1 WA 2.0 4.0 0.0 8.0 f 1,10000
ROCK TESTING 2 BORINGS 1I NIA Oo 0.0 0.0 0.0 S 6,00000
SUBTOTAL• 6.0 f 7,100.00
CONCEPTUAL DESIGN 309E SUBMITTAL
COLLECT 6 REVIEW EXISTING DATA 1 WA 5.0 10.0 10.0 25.0 $ 3,95000
COVER SHEET I INDEX 1 SHEET 1.0 2.0 3.0 6.0 S 910.00
PROJECT LAYOUT AND CONTROL 1 SHEET 2.0 4.0 B.0 14.0 f 2 OeO 00
PAVING PLAN SHEETS 2 SHEET 2.0 4.0 16.0 22.0 $ 3,02000
CROSS SECTION SHEETS 2 SHEET 3.0 6.0 18.0 27.0 s 3.81000
DRAINAGE AREA MAP I CALCULATION SHEET 2 SHEET 4.0 12.0 iso 32.0 S 4.780.00
STORM DRAIN PLAN 6 PROFILE SHEETS 2 SHEET 2.0 so 16.0 28.0 E 3 680.00
QUANTITY TAKE-OFF AND OPINION OF COST WA WA to 8.0 0.0 9.0 f 1.540.00
SITE VISITS I CLIENT CONFERENCE/REVIEW MEETING i EACH 4.0 2.0 0.0 6.0 Is 1.210.00
SUBTOTAL• 167.0 is 24 960.00
DocuSign Envelope U 4F46771A-BB72-4904-9E12-471D52B7BO93
WESTWOOD PROFESSIONAL SERVICES
Project No.: NA0042976.00 FEE BUDGET ESTIMATE
Client: City of Round Rock BASIC DESIGN&CONSTRUCTION SERVICES
Project Title:McNeil Road at Round Rock West Drive Right Turn Lane
March 28.2023
BASIS LEVEL OF EFFORT BY CLASSIFICATION
OF TOTAL TOTAL
DESCRIPTION OF WORK TASK MANHOUR PROJ PROJECT ENGR MH'5 FEE
ESTIMATE MGR ENGR TECH PER PER
QNTY UNIT $22000 $16500 $12000 TASK TASK
FINAL DESIGN 95%and 100%SUBMITTAL
COVER SHEET/INDEX _ 1 SHEET 05 1.0 1.0 25 __ $ 395 00
GENERAL NOTES SHEET 2 SHEET 05 30 is _ 50 S 78500
QUANTITY SUMMARY 1 SHEET 1.0 4.0 8.0 13.0 _ $ 184000
SIGNS 1 SHEET 10 1 2.0 6.0 90 $ 1270.00
EXISTING CONDITION 1 SHEET 10 2.0 80 lie $ 1 510.00
PROPOSED PAVEMENT SECTIONS 1 SHEET 10 2.0 4.0 70 1.03000
CROSS SECTION SHEETS 2 SHEET 10 20 8.0 110 $ 1,510,00
TRAFFIC CONTROL 2 SHEET 3 0 6.0 12.0 210 $ 3090,00
DEMOLITION PLAN 1 iSHEET 10 2.0 8.0 1 90 $ 1.270.00
PAVEMENT PLAN AND PROFILE 1 SHEET 20 4.0 120 18.0 _ $ 2 540DO
DRAINAGE AREA MAP 1 SHEET 2.0 40 12.0 18.0 $ 2 540.00
HYDRAULIC CALCULATIONS 1 SHEET 4.0 160 20 220 $ 3,78000
STORM DRAIN PLAN AND PROFILE 2 SHEET 2.0 1 8.0 120 220 $ 3 200 00
STRIPING 1 SHEET to 4.0 6.0 _ 110 $ 1600,00
EROSION CONTROL 2 SHEET 10 2.0 4.0 70 $ 1,103000
DETAILS 50 SHEET 2.0 60 160 24.0 $ 3350.00
BID DOCUMENTS PROJECT MANUAL 1 BOOK 40 18.0 0.0 220 $ 3,85000
SITE VISITS/CLIENT CONFERENCEIREVIEW MEETING -_ 4 EA 80 so 00 160 $ 3,080 DO
TRAFFIC MEETINGS 2 MTGS 4.0 4.0 0_0 80 S 1,54000
TRAFFIC SIGNAL DESIGN SHEETS 5 SHEET 4.0 120 240 40 0 $ 5,74000
SUBTOTAL= 296.5 $ 44 930.00
RIGHT-OF-WAY DOCUMENTS&ACQUISITION
PREPARATION OF PARCEL ACQUISITION DOCUMENTS i WA 1 2.0 20 2 0 60 S 1 010 00
SURVEY PREPARATION OF PARCEL DOClMMENT 1 NIA 0.0 0.0 00 00 $ 3 500 00
ANSWER APPRAISER I LAWYER QUESTIONS 1 NIA 4.0 40 1 so $ 1,54000
SUBTOTAL= 14.0 $ 6 050.00
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7B093
WESTWOOD PROFESSIONAL SERVICES
Project No.: N:W042976.00 FEE BUDGET ESTIMATE
Client: City of Round Rock BASIC DESIGN&CONSTRUCTION SERVICES
Project This:McNefl Road at Round Rock West Drive Right Turn Lane
March 28 2023
BASIS LEVEL OF EFFORT BY CLASSIFICATION
OF TOTAL TOTAL
DESCRIPTION OF WORK TASK MANHOUR PROJ PROJECT ENGR MKS FEE
ESTIMATE MGR ENGR TECH PER PER
ONTY UNIT $22000 $165.00 S120.00 TASK TASK
BD PHASE SERVICES
BIDDING ASSISTANCE _ 1 WA 40 80 00 120 S 2200 00
ANSWER CIVCAST QUESTIONS/ADDENDA 1 WA 40 40 0.0 1 80 $ 1,540.00
CONFORMED CONSTRUCTION DOCUMENTS 1 WA 20 40 40 100 f 1.58000
SUBTOTAL= 30.0 f 5,320.00
CONSTRUCTION PHASE SERVICES
PRECONSTRUCTION CONFERENCE 1 WA 20 4.0 0.0 60 t 1,10000
SUBMITTAL REVIEW AND CONTRACTOR COORDINATION 1 NJA so 200 _ 0.0 250 S 4,40000
SITE VISITS 4 MONTH 8 0 8.0 0.0 160 $ 3,08000
ATTEND PROJECT MEETINGS 4 EA so 8.0 0.0 160 $ 3,08000
FINAL INSPECTION 1 WA 20 20 0.0 40 $ 77000
PROJECT DOCUMENTATION 1 N/A so 100 00 150 S 2.750 00
SUBTOTAL- 82.0 f 15 180.00
PROJECT COMPLETION
RECORD DRAWINGS 75 SHEET 20 5.0 10 0 170 S 2 485.00
SUBTOTAL= ITO $ 2 485.00
PROJECT SUBTOTAL- 759.5 f 149 905.00
ENGINEERING HOURS SUB-TOTALS 1690 337.0 253.5 _ 7595 _
ENGINEERING TOTAL LABOR COSTS $37 180 00 $55 605 00 $30 420 00 $127 205 OO
SIJRVEY LABOR COSTS $9,500.00
SUBCONSULTANT COSTS $17 200 00 $ 149 905.00
TOTAL ENGINEERING AND SUBCONSULTANT COST f 149 905.00
%OF TOTAL HOURS 22.3% 44.4% 33.4% 100 0%
DIRECT EXPENSES ESTIMATED f2 500
RANG TOTAL S 152 405.00
DocuSign Envelope ID:4F46771A-BB724904-9E12-471D5267B093
EXHIBIT E
Certificates of Insurance
Attached Behind This Page
DocuSign Envelope ID:4F46771A-BB72-4904-9E12-471D52B7BO93
,4coROR CERTIFICATE OF LIABILITY INSURANCE GATE MM DD YYVY)
�� I Inr_n2IF2/20/2023
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 have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer ri his to the certificate holder In lieu of such endorsement(s).
PRODUCER Locklon Companies CONTACT
444 W.47th S(rec(,Suite 900 PHONE I FAIX N
Kunsus City MO 64 1 1 2-1906 E•NAR
.Fill.(R 16)960-9000
kcastt@luckton.com INSURER S)AFFORDING COVERAGE NAIC 0
INSURER A:The Continental Insurance Company 35289
INSURED WESTWOOD PROFESSIONAL SERVICES,INC. INSURER 8:Transportation Insurance Company I 20494
1487133 12701 WHI EWATER DRIVE,SUTTE 300 INSURER C:Continental asualty Company _ 20443
MINNETONKA MN 55343 INSURER 0:National Fire Insurance Co Of Hartford 20478
INSURER E
INSURER F:
COVERAGES CERTIFICATE NUMBER: 19352602 REVISION NUMBER: XXXXXXX
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.
_ 33LTCY-W I TOI7CVI"
CONNERPEOFIN URA LIABILITY- --- --------_POLICY NUMBER__ danl),yyyyl I4M�, LIMRs
gyp' TYPE OF INSURANCE
B X Y Y 7011509284 I I/I/2022 I I/I/2023 1 EACH OCCURRENCE S 1 000,000 _
CLAIMS-MADE X OCCUR pq€MI$E$E O cW unCgj f 500 UUU
CONT LIA _KCU MEo ExP(Any one 0e cool s 15,
X STOP GAP OH,ND,WA,WY PERSONAL A ADV INJURY f 11000,000
GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE I s 2.000,000
POLICY X JECT �L LOC PRODUCTS-COMP/OP AGG S 2.000,000
OTHER Y Y S
- ------- -- T
CCMB
A AUTOMOBILE LIABILITY 7(11150929N ---- - 11/1/21122 1I/i/30� 33 A3cq o e:Gt 1 ---f ---�-`
;IEta�lraB I,WP.000 I—XCOWPSI.(X
ANYAUTO BODILYINJURY(PerWson) SXXXXXXX
OWNED SCHEDULEDBODILY INJURY(Per accderu) fAuros oNLrAuros XXXXXXX
HIRED NONOWNEO PF40PERTYDAMAGES XXXXXXX
AUTOS ONLY __ AUTOS ONLY (Psr accidsro] _.X COLLSI,OIXI s XXXXXXX
A `X UMBRELLALIAO OCCUR Y Y 7011509317 11/10-022 11/IP023 EACH OCCURRENCEs 5,000,000
EXCESS LIAB CL..S•MADE :AGGREGATE % 5 UOO OOU
_ DED aRETENnONS SO I $ XXXXXXX
WORKERS COMPENSATION ---.__._� ) - � ___}.__.��-T.�R
D AND EMPLOYERS'uABUJTY Y 7011509303(AOS) I I/I/2022 I I/IF2023 .X 1 fiT'S IF £fi
'4 ANY PROPRIETOR/PARTNER/E%ECUTIVE YIN 7018331699(CA) 1 1 1/1/2112 2 II/IR023 EL EACH ACCIDENT S 1,000,W0
OFFICERMAEMBER EXCLUDED? MN NIA ` —--- - - -
.(Mandatory In NH)describe und E L DISEASE•EA EMPLOYEES 1 QQD QQQ
H yes er f
DESCRIPTION OF OPERATIONS below I_ 1 _ I EL DISEASE-POLICY LIMIT f ),000,QQO _--.
C PROFESSIONAL L(AB N TTT Y AE11591925173 11/IRO22 11/1/2023 PER CLAIM$5,000,000
INCt.POLLUTION i AGGREGATE$5,000.000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarka Schedule,may be slacked N more space Is required)
RE:MCNEfL ROAD AT ROUND ROCK WEST DRIVE RIGHT TURN LANE.CERTT'FICATE HOLDER AND OTHERS AS REQUIRED BY CONTRACT DOCUMENTS ARE ADDITIONAL
INUUR FD ON A PRIMARY AND NON.CON RIBUTORY BASIS AS RESPECTS GENERAL,AUTO&UMBRELLA LIABILITY IF REQUIRED BY WRITTEN CONTRACT AND PER TILE
ATTACHED FORMS. A WAIVER OF SUBROGATION APPLIES TO GENERAL.AUTO.UMBRELLA.PROFESSIONAL k WORK COMP.IEMPLOYER•S LIABILITY.WHERE ALLOWED
BY STATE LAW,IF REQUIRED BY WRITTEN CONTRACT A PER TI RE ATTACHED FORMS-30 DAY NOTICE OF CANCELLATION(10 DAYS NON-PAYMENT')APPLIES IN FAVOR OF
CERTIFICATE HOLDER.
CERTIFICATE HOLDER CANCELLATION See Attachment
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
19352602 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS.
3400 Sunrise Rd
Round Rock TX 78665 AVMORQED REPRESENTATN
01 015 ACORD CORPORATION. AN rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD