R-99-03-25-10D5 - 3/25/1999K: \ WPDOCS \RBSOLVCZ \R90335D5. WPD /scg
RESOLUTION NO. R- 99- 03- 25 -10D5
WHEREAS, the City of Round Rock desires to retain engineering
services for the preparation of plans, specifications, and
estimates for the construction of a traffic signal at the
intersection of Louis Henna Boulevard with County Road 170, and
WHEREAS, WHM Transportation Engineering Consultants, Inc. has
submitted an agreement to provide said services, and
WHEREAS, the City Council desires to enter into said
agreement with WHM Transportation Engineering Consultants, Inc.,
Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City an agreement with WHM Transportation Engineering
Consultants, Inc., for the preparation of plans, specifications,
and estimates for the construction of a traffic signal at the
intersection of Louis Henna Boulevard with County Road 170, a copy
of said agreement being attached hereto and incorporated herein for
all purposes.
The City Council hereby finds and declares that written notice
of the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to
the public as required by law at all times during which this
Resolution and the subject matter hereof were discussed, considered
and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended, and the Act.
ATTEST:
RESOLVED this 25th day of March, 1999.
E LAND, City Secretary
2
HARLES CULPEPP R, Mayor
City of Round Rock, Texas
og
STATE OF TEXAS
COUNTY OF WILLIAMSON
engcontrc.WHM/spectw
§
WITNESSETH
AGREEMENT
Page 1 of 13
Contract No.
THIS CONTRACT FOR ENGINEERING SERVICES ( "Contract ") is made by and between the
City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called "City" and
WHM Transportation Engineering Consultants, Inc., having its principal business address at
2717 Rio Grande St., Austin, TX 78705, hereinafter called "Engineer" for the purpose of
contracting for engineering services.
WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional Services
Procurement Act" provides for the procurement of professional services of engineers; and
WHEREAS, the City desires to contract for engineering services described as follows:
Prepare plans, specification and estimates for the construction a traffic signal at the
intersection of 1 niis Henna Blvd. with County Road 170. The desi provide for the
or ination of his traffic ignal with others located an L.onis Henna Blvd.
NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants
and agreements herein contained, do hereby mutually agree as follows:
ARTICLE 1
SCOPE OF SERVICES TO BE PROVIDED BY CITY
The City will furnish items and perform those services for fulfillment of the Contract as
identified in Attachment A - Services to be Provided by the City, attached hereto and made a part
of this Contract.
ARTICLE 2
SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER
The Engineer shall perform those engineering services for fulfillment of the Contract as
identified in Attachment B - Services to be Provided by the Engineer, attached hereto and made
a part of this Contract.
The Engineer shall prepare a schedule of work identified as Attachment C - Work
Schedule, attached hereto and made a part of this Contract. The Work Schedule shall contain a
complete schedule so that the Engineer's Scope of Services under this Contract can be
accomplished within the specified time and contract cost. The Work Schedule will provide specific
work sequence and definite review times by the City and the Engineer of the work performed. If
the review time should take longer than shown on the work schedule, through no fault of the
Engineer, additional contract time will be authorized by the City through a supplemental
agreement if requested by a timely written request from the Engineer and approved by the City.
The Engineer shall notify the City in writing as soon as possible if it determines, or
reasonably anticipates, that the work under this Contract cannot be completed before the
termination date, and the City may, at its sole discretion, extend the contract period by timely
supplemental agreement as provided in Article 11 - Supplemental Agreements. The Engineer shall
allow adequate time for review and approval of the request for time extension by the City prior
to expiration of this Contract.
After execution of this Contract, the Engineer shall not proceed with the work outlined
under Article 2 until authorized in writing by the City to proceed as provided in Article 6. This
Contract shall terminate at the close of business on August 31, 1999 unless extended by written
supplemental agreement duly executed by the Engineer and the City prior to the date of
termination, as provided in Article 11 - Supplemental Agreements, or otherwise terminated as
provided in Article 19 - Termination. Any work performed or cost incurred after the date of
termination shall be ineligible for reimbursement.
engcontrc.WHNVSpectw
ARTICLE 3
CONTRACT PERIOD
ARTICLE 4
COMPENSATION
The City shall pay and the Engineer agrees to accept the lump sum amount shown below as
full compensation for the engineering services to be performed under this Contract.
The lump sum amount payable under this Contract without modification of the Contract is
$ 7,000 00 as shown in Attachment D - Fee Schedule. The lump sum amount payable may be
revised by supplemental agreement in the event of a change in scope, additional complexity from
that originally anticipated or character of work as authorized by the City.
Page 2 of 13
The Engineer shall prepare and submit to the City monthly progress reports in sufficient
detail to support the progress of the work and in support of invoice requesting monthly payment.
Any preferred format will be identified in Attachment B. Satisfactory progress of work shall be
maintained as a condition of payment.
The fee may be adjusted if additional work is approved by supplemental agreement and
performed by the Engineer.
ARTICLE 5
METHOD OF PAYMENT
Payments to the Engineer for services rendered will be made while work is in progress.
The Engineer will prepare and submit to the City, no more frequently than once per month, a
progress report stating the percent completion of the work accomplished during the billing period
and to date, and one original and one copy of a certified invoice in a form acceptable to the City).
The submittal shall also include the progress assessment report, identified as Attachment H -2.
Payment of the lump sum fee will be in proportion to the percent completion of the work tasks
identified in Attachment D - Fee Schedule. Upon receipt and approval of each statement, the City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days.
The City shall reserve the right to withhold payment pending verification of satisfactory work
performed. The Engineer must submit adequate proof to the City that the task was completed.
The certified statements shall show the total amount earned to the date of submission and
the amount due and payable as of the date of the current statement. Final payment does not relieve
the Engineer of the responsibility of correcting any errors and /or omissions resulting from its
negligence.
engcontrc.WHM/spectw
ARTICLE 6
NOTICE TO PROCEED
The City will issue a written authorization to proceed with the work identified in the scope
of services. The City shall not be responsible for actions by the Engineer or any costs incurred by
the Engineer relating to additional work not included in Attachment B - Services to be Provided
by the Engineer.
ARTICLE 7
PROGRESS
The Engineer shall, from time to time during the progress of the work, confer with the
City. The Engineer shall prepare and present such information as may be pertinent and necessary,
or as may be requested by the City, in order to evaluate features of the work.
At the request of the City or the Engineer, conferences shall be provided at the Engineer's
Page 3 of 13
office, the office of the City, or at other locations designated by the City. These conferences shall
also include evaluation of the Engineer's services and work when requested by the City.
Should the City determine that the progress in production of work does not satisfy the
Work Schedule, the City shall review the work Schedule with the Engineer to determine corrective
action needed.
The Engineer shall promptly advise the City in writing of events which have a significant
impact upon the progress of the work, including:
(1) problems, delays, adverse conditions which will materially affect the ability to attain
program objectives, prevent the meeting of time schedules and goals, or preclude the
attainment of project work units by established time periods; this disclosure will be
accompanied by statement of the action taken, or contemplated, and any City
assistance needed to resolve the situation; and
(2) favorable developments or events which enable meeting the work schedule goals
sooner than anticipated.
ARTICLE 8
SUSPENSION
Should the City desire to suspend the work, but not terminate the Contract, this may be
done by thirty (30) calendar days verbal notification followed by written confirmation from the
City to that effect. The thirty day notice may be waived in writing by both parties. The work may
be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice
from the City to resume the work. The sixty day notice may be waived in writing by both parties.
If the City suspends the work, the contract period as determined in Article 3 is not affected
and the Contract will terminate on the date specified unless the Contract is amended.
The City assumes no liability for work performed or costs incurred prior to the date
authorized by the City to begin work, during periods when work is suspended, or subsequent to
the contract completion date.
ARTICLE 9
ADDITIONAL WORK
If the Engineer is of the opinion that any work it has been directed to perform is beyond
the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing.
In the event the City fords that such work does constitute extra work and exceeds the maximum
amount payable, the City shall so advise the Engineer and a written supplemental agreement will
be executed between the parties as provided in Article 11. The Engineer shall not perform any
proposed additional work or incur any additional costs prior to the execution, by both parties, of
a supplemental agreement. The City shall not be responsible for actions by the Engineer or any
costs incurred by the Engineer relating to additional work not directly associated with the
performance of the work authorized in this Contract or as amended.
engcontrc.WHM/specnv
Page 4 of 13
ARTICLE 10
CHANGES IN WORK
If the City finds it necessary to request changes to previously satisfactorily completed work
or parts thereof which involve changes to the original scope of services or character of work under
the Contract, the Engineer shall make such revisions if requested and as directed by the City. This
will be considered as additional work and paid for as specified under Article 9 - Additional Work.
The Engineer shall make such revisions to the work authorized in this Contract which has
been completed as are necessary to correct errors appearing therein, when required to do so by
the City. No additional compensation shall be paid for this work.
ARTICLE 11
SUPPLEMENTAL AGREEMENTS
The terms of this Contract may be modified by supplemental agreement if the City
determines that there has been a significant change in (1) the scope, complexity or character of the
service to be performed; or (2) the duration of the work. Additional compensation, if appropriate,
shall be identified as provided in Article 4.
Any supplemental agreement must be executed by both parties within the contract period
specified in Article 3 - Contract Period.
It is understood and agreed that no claim for extra work done or materials furnished shall
be made by the Engineer until full execution of the supplemental agreement and authorization to
proceed is granted by the City. The City reserves the right to withhold payment pending
verification of satisfactory work performed.
All data, basic sketches, charts, calculations, plans, specifications, and other documents
created or collected under the terms of this Contract are the exclusive property of the City and
shall be furnished to the City upon request. All documents prepared by the Engineer and all
documents furnished to the Engineer by the City shall be delivered to the City upon completion
or termination of this Contract. The Engineer, at its own expense, may retain copies of such
documents or any other data which it has furnished the City under this Contract. Release of
information shall be in conformance with the Texas Open Records Act.
engcontrc.WHM /speotw
ARTICLE 12
OWNERSHIP OF DOCUMENTS
Page 5 of 13
ARTICLE 13
PERSONNEL, EQUIPMENT AND MATERIAL
The Engineer shall furnish and maintain, at its own expense, quarters for the performance
of all services, and adequate and sufficient personnel and equipment to perform the services as
required. All employees of the Engineer shall have such knowledge and experience as will enable
them to perform the duties assigned to them. Any employee of the Engineer who, in the opinion
of the City, is incompetent, or whose conduct becomes detrimental to the work, shall immediately
be removed from association with the project when so instructed by the City. The Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of
the services required under this Contract, or will be able to obtain such personnel from sources
other than the City.
The Provider may not change the Project Manager without prior consent of the City.
ARTICLE 14
SUBCONTRACTING
The Engineer shall not assign, subcontract or transfer any portion of the work under this
Contract without prior written approval from the City. All subcontracts shall include the
provisions required in this Contract and shall be approved as to form, in writing, by the City prior
to work being performed under the subcontract.
No subcontract relieves the Engineer of any responsibilities under this Contract.
The City and any authorized representatives, shall have the right at all reasonable times to
review or otherwise evaluate the work performed or being performed hereunder and the premises
in which it is being performed. If any review or evaluation is made on the premises of the
Engineer or a subprovider, the Engineer shall provide and require its subproviders to provide all
reasonable facilities and assistance for the safety and convenience of the City or USDOT
representatives in the performance of their duties.
eugcootrc.WHM/spectw
ARTICLE 15
EVALUATION OF WORK
Page 6 of 13
Violation of Contract terms or breach of contract by the Engineer shall be grounds for
termination of the Contract and any increased cost arising from the Engineer's default, breach of
contract or violation of contract terms shall be paid by the Engineer.
ARTICLE 16
SUBMISSION OF REPORTS
All applicable study reports shall be submitted in preliminary form for approval by the City
before final report is issued. The City's comments on the Engineer's preliminary report will be
addressed in the final report.
The Contract may be terminated before the stated termination date by any of the following
conditions.
engcontrc.WHM /spectw
ARTICLE 17
VIOLATION OF CONTRACT TERMS /BREACH OF CONTRACT
ARTICLE 18
TERMINATION
(1) By mutual agreement and consent, in writing of both parties.
(2) By the City by notice in writing to the Engineer as a consequence of failure by the
Engineer to perform the 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 the City for reasons of its own and not subject to the mutual consent of the
Engineer upon not less than thirty (30) days written notice to the Engineer.
(5) By satisfactory completion of all services and obligations described herein.
Should the 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 the Engineer. In determining the value
of the work performed by the Engineer prior to termination, the City shall be the sole judge.
Compensation for work at termination will be based on a percentage of the work completed at that
time. Should the City terminate this Contract under (4) of the paragraph identified above, the
amount charged during the thirty (30) day notice period shall not exceed the amount charged
during the preceding thirty (30) days.
If the Engineer defaults in the performance of this Contract or if the City terminates this
Contract for fault on the part of the Engineer, the City will give consideration to the actual costs
incurred by the Engineer in performing the work to the date of default, the amount of work
required which was satisfactorily completed to date of default, the value of the work which is
Page 7 of 13
usable to the City, the cost to the City of employing another firm to complete the work required
and the time required to do so, and other factors which affect the value to the City of the work
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 the City and the Engineer under this
Contract, except the obligations set forth in Article 19 of this Contract. If the termination of this
Contract is due to the failure of the Engineer to fulfill its contract obligations, the City may take
over the project and prosecute the work to completion. In such case, the Engineer shall be liable
to the City for any additional cost occasioned the City.
The Engineer shall be responsible for the settlement of all contractual and administrative
issues arising out of the procurement made by the Engineer in support of the scope of services
under this Contract.
ARTICLE 19
COMPLIANCE WITH LAWS
The 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, worker's compensation laws, minimum and maximum salary and
wage statutes and regulations, and licensing laws and regulations. When required, the Engineer
shall furnish the City with satisfactory proof of its compliance therewith.
The Fngineer shall save harmless the City and its officers and employees from all claims
and liability due to activities of itself, its agents, or employees, performed under this Contract and
which are caused by or result from error, omission, or negligent act of the Engineer or of any
person employed by the Engineer. The Engineer shall also save harmless the City from any and
all expense, including, but not limited to, attorney fees which may be incurred by the City in
litigation or otherwise resisting said claim or liabilities which may be imposed on the City as a
result of such activities by the Engineer, its agents, or employees.
The Engineer shall be responsible for the accuracy of its work and shall promptly make
necessary revisions or corrections resulting from its errors, omissions, or negligent acts without
compensation. The Engineer's responsibility for all questions arising from design errors and/or
omissions will be determined by the City. The Engineer will not be relieved of the responsibility
for subsequent correction of any such errors or omissions or for clarification of any ambiguities
until after the construction phase of the project has been completed.
eo gconen;. W HM /spectw
ARTICLE 20
INDEMNIFICATION
ARTICLE 21
ENGINEER'S RESPONSIBILITY
Page 8of13
ARTICLE 22
ENGINEER'S SEAL
The responsible Engineer shall sign, seal and date all appropriate engineering submissions
to the City in accordance with the Texas Engineering Practice Act and the Rules of the State Board
of Registration for Professional Engineers.
ARTICLE 23
NONCOLLUSION
The Engineer warrants that it has not employed or retained any company or persons, other
than a bona fide employee working solely for the Engineer, to solicit or secure this Contract and
that 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, the City shall have the right to
annul this Contract without liability or, in its discretion, to deduct from the contract price or
compensation, or otherwise recover, the full amount of such fee, commission, percentage,
brokerage fee, gift or contingent fee.
ARTICLE 24
INSURANCE
The Engineer shall furnish the City a properly completed Certificate of Insurance approved
by the City prior to beginning work under this Contract and shall maintain such insurance through
the contract period. The completed Certificate of Insurance shall be attached hereto and identified
as Attachment G.
ARTICLE 25
INSPECTION OF ENGINEER'S BOOKS AND RECORDS
AND AUDIT REQUIREMENTS
The City shall have the exclusive right to examine the books and records of the Engineer
for the purpose of checking the amount of work performed by the Engineer at the time of contract
termination. The Engineer shall maintain all books, documents, papers, accounting records and
other evidence pertaining to cost incurred and shall make such materials available at its office
during the contract period and for four (4) years from the date of final payment under this Contract
or until pending litigation has been completely and fully resolved, whichever occurs last. The City
or any of its duly authorized representatives, shall have access to any and all books, documents,
papers and records of the Engineer which are directly pertinent to this Contract for the purpose
of making audits, examinations, excerpts and transcriptions.
engcontrc.WHM /spectw
Page 9 of 13
ARTICLE 26
DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION
The Engineer warrants that the representations included in the Debarment Certification
(Negotiated Contracts) submitted with the offer to provide services are current and still valid.
ARTICLE 27
COPYRIGHTS
The 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 the Engineer for
governmental purposes.
ARTICLE 28
COMPUTER GRAPHICS FILES
The Engineer agrees to comply with the Special Provision "Computer Graphics Files for
Document and Information Exchange," if determined by the City to be applicable to this Contract
and if so stated in Attachment B and attached hereto.
ARTICLE 29
SUCCESSORS AND ASSIGNS
The Engineer, and the City, do hereby bind themselves, their successors, executors,
administrators and assigns to each other party of this agreement and to the successors, executors,
administrators, and assigns of such other party in respect to all covenants of this Contract. The
Engineer shall not assign, subcontract or transfer its interest in this Contract without the prior
written consent of the City.
ARTICLE 30
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, 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.
engcootrc. W HM /spectw
Page l0 of 13
ARTICLE 31
PRIOR CONTRACT SUPERSEDED
This Contract constitutes the sole and only agreement of the parties hereto and supersedes
any prior understandings or written or oral contracts between the parties respecting the subject
matter defined herein.
engcontrc. W HM/spectw
Page 11 of 13
City of Round Rock
Attn.: City Manager
221 E. Main St.
Round Rock, TX 78664
with copy to:
Stephan L. Sheets
City Attorney
309 E. Main St.
Round Rock, Texas 78664
engcontrc.WHM/spechv
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 address:
Engineer: WHM Transportation Consultants, Inc.
Attn.: Mike Mclnturff, P.E.
2717 Rio Grande St.
Austin TX 78705
Page 12 of 13
The undersigned signatory or signatories for the Engineer hereby represent and warrant
that the signatory is an officer of the organization for which he or she has executed this Contract
and that he or 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 the City to
enter into this Contract.
IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate.
WHM Transportation Engineering Consultants, Inc.
THE ENGINEER
By , 7924e_ e_ /' c. e 7/7
Signature
Mike Mclnturff
Printed Name
President
Title
March 5, 1999
Date
City of yi u d Rock
By:
Charles Culpeppe , or
LIST OF ATTACHMENTS
Attachment A - Services to be Provided by the City
Attachment B - Services to be Provided by the Engineer
Attachment C - Work Schedule, if applicable
Attachment D - Fee Schedule
Attachment E - Work Authorizations, if applicable
Attachment F - Supplemental Work Authorizations, if applicable
Attachment G - Certificate of Insurance, if applicable
eogcoutrc.WHM/spectw
ARTICLE 33
SIGNATORY WARRANTY
Page 13 of 13
ATTACHMENT A
Services to Be Provided by the City of Round Rock
City will provide Engineer with the following items:
1. Previous traffic counts and other information compiled for the intersection.
2. Hard copy and electronic files of existing intersection layout, including topographic information
and utilities.
3. Standard specifications and detail sheets for mast arm pole, pull box, controller and pole
foundations, conduit, loop detectors, and any other required equipment. If none are provided,
City of Austin and /or TxDOT specifications will be used.
City will provide the following services:
1. Publication of Notice to Contractors.
2. Weekly on -site construction inspections.
ATTACHMENT B
Services to Be Provided by Engineering
The following tasks will be undertaken to prepare traffic signal construction plans for the intersection of
Louis Henna Boulevard and CR 170 in Round Rock:
• Meet with Client to discuss schedule and scope of work and obtain available existing intersection
plans.
• Conduct field review to note existing roadway geometry and traffic operations.
• Prepare signal plans, specifications and estimate in accordance with City of Round Rock
requirements.
• Prepare bid package for use by the City of Round Rock for publication of Notice to Contractors.
• After receipt of review comments, assemble and submit 15 copies of bid package to Client.
• If required, assist Client in reviewing bids for the proposed traffic signal installation.
LOUIS HENNA BLVD / CR 170 INTERSECTION
CITY OF ROUND ROCK / WHM
SCHEDULE OF WORK
- AIME MOT 110 1114 I 11
raiumato EfUllf 711 3
Finalize Contract 3/5/99 3/12/99
2 Data Collection, Field Review 3/12/99 3/19/99
9
3 Design (80%) 3/19/99 4/2/99
4 City Review of Desimi ... . 4/2/99 4/9/99
5 Signal Desimi (100%) 4/9/99 4/16/99
6 Completion of Drawings, Estimate 4/16/99 4/23/99 7
7 Advertisement 4/16/99
4/23/99
8 Bid Opening 4/23/99
9 Award 5 /10/99
10 Notice to Proceed 5/17/99
11 Sinai Installation 5/17/99 8/9/99
Legend; •---• WHM Activities
•~• City of Round Rock Activities
•• Contractor Activities
• Milestones
LOUIS HENNA AND CR
170 SIGNAL PLANS
COST ESTIMATE
ATTACHMENT D
Fee Schedule
Plan Preparation
Task /Hours \Staff @ Rate RM @ MM @ $115 RI @ JL @ HW @ $80 Task Cost
$125 $60 $45
Meet with City, obtain 0 0 0 0 2 160
plans
Field review 0 1 0 0 4 435
operations /geometry
Prepare plans, spec, 0 2 8 20 12 2570
estimate
Review /respond to City 0 2 0 6 6 980
Prepare bid package 0 2 4 2 4 880
Review bids 0 1 0 0 2 275
QC, internal review 0 2 0 2 4 640
Total Staff Hours 0 10 12 30 34
Total Staff Cost 0 1150 720 1350 2720
Personnel 5940
Subtotal
Organization of Project
Travel
Materials
Printing
185
36
89
750
Expenses 1106
Subtotal
Plan
Preparation
+ Expenses
7000
SECTION I. IDENTIFICA'T'ION DATA. a r —
W I M TRANSPORTATION ENGINEERING / USAA #100626473
Ll Insured Contractor's Name:
I2 Screct/Mndine A. /dress. 2717 RIO GRANDE
1.3: Gitr; AUSTIN Iva: State:
TX 78705
1.5: Zip:
1.6' Phone: ( 512 • 473 - -8343
SECTION II. TYPE OF INSURANCE: — Type: Policy No.: Effective date: Expiration Dace: Limits of Liability
not less than:
3_ Workers' Compeasatlnn:
2.1 2.2 2.3 Statutory-Texas
_
Endorsed with a Waver of Subrogation in favor of th l City of Round Rock.
3. Commercial General Liability:
163064866 10/28/98 10/28/99 $1M BA. OCC /$2M AC
Bodily injury/ 3 A 32 3 3 x 20.60
Property damage contbmcd single
limit ash occurrence
and in the aggregate.
Endorsed snick the City of Round Pock as an Addluenai Ina lied and endorsed with Waiver of Subrogation in favor of the Cty of Round Roek.
S. Texas Business Automobile Policy:
A. Bodily Injury: 4.1 4.2 4.3 5100.000
ea- pergola
5300.000 ea. occurrence
B. Property Dame`.: /.6 43 d,6 550.000
,. commence
Endorsed with the City of Round Rack as an Additional Inc. rod and tado,eed with Waiver of Subrogation in [ oldie Ciry of Round Ruck.
5. Professional Liability Policy;
5.1 5,2 5_3
Endorsed with a waiver orSnbrogalion in fawn. of the City .f Round Rock.
6. Umbrella Polley (if Applicable);
6.1 163064866 6.2 10/28/98 6.3 '10/28/99 51M EA. OCC /$1M AGC
7. SIRED S
MN —OWNED AUTO 163064866 10/28/98 10/28/99 $1M COMBINED SINGL
SECTION 113 - CERTIFICATION:
'LIMIT —
Tnk Cert;fawoe a rinaar.ce neither effttunniely or..aelirely an.ei des, emend,. or a li en the reams. atTordad by We abere ieseraniea p.licia i.am by die
.wanner company eam.d b.ww,
C.ncel4daa of tie inevr nre pebtiw shall ono be made -.1.1 THIRT DAYS AFTER We bpdnaaigned awful ar Masher eempany has aunt ..nuan .anew by eaaified nub
to the coetncw. and m. CPT of Raead Rees.
Tips 13 TO CERTIFY te the City el Round Sack that the iyorvnet pai:cicn above met all the regnir.mrsm miealaied Wiese aW seen polieled ere fie tvir now we elyee
7.1. Manic of Insurance Co.:
CNA TRANSPORTATION
.
0.1: Name of A nehonked Agent
USAA GENERAL AGENCY, INC.
7.2 Company Address:
CNA PLAZA
0.2 Agent% Address
9800 FREDERICKSBURG RD. 8 -1 —E
7.3 City 7.4 State 7.5: 7,:.p
CHICAGO IL 606E5
Mar97
*.3 City B: t Scott 13.5 Zip
SAN ANTONIO TX 78288
FEB. —13' 99(TUE) 12:07 USAA GENERAL AGENCY TEL:210 498 0211
ATTACHMENT C.
Cf rY OF ROUND ROCK NOTE: Cooks of the endorsements listed
=� = CERTIFI LATE OF INSURANCE below are not required as attachments
TO lhle certificate,
The named stmt.--el . shell net cmemenec wore until bcnbe hay. hp fined the minim..en ii 33333 epccined in S.edrnr Ti. beide, en/ ontam.d W. follnwms ndonemcau:
The Ciry of Resell !teen ea as Addicee a i•isured for ...rues 3 a &S. and a W a.... ofSabres...11e faver oldie Cho wider senenisca 2. 3, e k e. 13111_
rdfealcr of issurance p.bliab.d a. .bin Cie, are .tcepuble as a oaf of l,amu.ee. ram merrlid.eviler. c. rt:nc�r... br
Page 1 of 2
P. 002
cert_la, aisle now
7.1. Name of 01sar3nee Co.:
HARTFORD IINDFRWRITFRS INS CO
t. tt Nomc of Au11o1'i5W Agent
IISAA GFNFRAI AGFNCY
72 Company address:
HARTFORD PLAZA
8.2 Agent'. Address
P 0 BOX 33015
7.3 City: 7.6: State
HARTFORD CT
741 Zip
06115
8.3 City 84 Sok
SAN ANTONIO TX
8.5 Zip
78265 -3015
FEB 24 1999 08:17 FR THE HARTFORD
13:015f: I USTI N.
14: Phone: ( 512 ) 473 -8343
SECTION IL TYPE OF INSURANCE:
Type: Polley No..
Effottne date:
210 732 3593 TO 15124739237 P.02/02
CITY OF ROUND ROCK NOTE: Copies of the endorsemeatt listod
CERTIFICATE OF INSURANCE beiaw are not required ad eetaabmems
to this certificate.
tine camel tonnaca:r eba11 net commdnee a.* nodl Wane by obtained the mn,bnsa insurance apeelSod in doa 11 below. sad obtained We &Ile tnAg endarnmopur
The City of Reload Rook no an Additional &*acted Sat eooraagas 3, • & 5, and a Waiver or Sublegadoa in favor oflhe City ender canvases 2, 5, d & 5. Only
eareSUtn nfiesuranoe published by ■da City are ...punk as rroufoffaawaacn and lla
SECTION L IDENTIFICATION DATA:
1.1 Inaurodcoatmae Name: WHM TRANSPORTATION ENGINEERING CONSULTANTS, INC.
1.2 slr.ermIofiag Address: 2717 R i O f;RANDF CTRFFT
1.4: Sate TX
1.5: zip: 787115
Expiration Data: Liming of Liability
not less than:
2. Workers' Compensation:
2.1 RSWFfnogr n 2.2 1 f] -7R -4R 2.3 1 -2R -99 Statutory -Texas
Endorsed with a Woiva of Subrogation ib favor of the Ciry of Rowed Rock
3. Commercial General Liability:
Bodily injury/ 3.1 3.2 3.3 $300,000 combined single
troperty damage limit each oceumuace
and in Oa aggregate.
Vaasa with :he city of Round Rock as as Additional Insured .ad endorsed with Waiver of Subrogation io farce of die City of Round Rack
4. Terns Business Automobile Polley:
A. Bodily Injury: 4.1 4.2 4.3 5I00.300 ea. person
5300,000 et. ocouttonce
B. Property Damage; 4,4 4.5 4.6 550,000 ea oeeurranee
Endowed with Inc city of Round Rock as an Additional Inamed and endorsed With Wuivcr of Subrogblien in facer of Mc C,i of Round Ronk.
S. Profwiosal Liability Policy:
5.1 5.2 5.3
Endorsed twit a Waiver of Subrogation in favor or the City of Round Rock.
6. Umbrella Policy (if AppUeable):
6.1 6.2 6.3 $
SECTION III - CERTIFICATION:
The C.*4Itsw efrnaanmeo sniffier erdnmativ.ty sr acgaawy armada, e.kads, or alters rho nonage Welded by the shave inm.mme perish& ti by the
inseam company named bolos,
Cancellation of the histamine es rbsll not be made .mill 310377 DAYS AFTER the andeoigoad again orhtsfher eopnpany 1W cent written nodes by mened mail
in the m.o**, and die City &Round Rack.
210815 CARTIFV to des Ct of Resod /WA , ;hie$eh:lanaea bolicin above ma: as the ngvkeme.o ftip¢Intedspout and aucn naliei ereNNilamtand.3
w
FEB 22 1999 14 :35
Page 2 of 2
eweinr.Rls/Potnsa
512 473 0237 PAGE.02
** TOTAL PRGE.02 4*
DATE: March 19, 1999
SUBJECT: City Council Meeting — March 25, 1999
ITEM: 10.D.5. Consider a resolution authorizing the Mayor to execute an
agreement with WHM Transportation Engineering Consultants, Inc.
for engineering services to prepare plans, specifications, and
estimates for the construction of a traffic signal at the intersection of
Louis Henna Boulevard with County Road 170. Traffic volumes
have increased at the intersection of Louis Henna Boulevard with
County Road 170 to the point that a traffic signal should be installed.
Staff recommends award of this contract to WHM Transportation
Engineering Consultants, Inc. The value of the contract is $7,000.00.
Staff Resource Person: Jim Nuse.
Mayor
Charles Culpepper
Mayor Prohm
Robert Stluke
Cucuta Members
Earl M. Hairston
Rick Stewart
Earl Palmer
Martha Chavez
Jimmy Joseph
City Manager
Robert L. Bennett, Jr.
City Attorney
Stephan 4 Sheets
OF ROUND ROCK
April 28, 1999
Mr. Mike Mclnturff, P.E.
WHM Transportation Engineering Consultants, Inc.
2717 Rio Grande Street
Austin, Texas 78705
Dear Mr. Mclnturff:
Sincerely,
toteb
Joanne Land
Assistant City Manager/
City Secretary
Enclosures
Fax: 512 - 218 -7097
1- 800 - 735- 2989TDD 1- 800 - 735 -2986 Voice
www.ciround-roclak.us
221 Fast Main Street
Round Rock, Texas 78664
512 -218 -5400
The Round Rock City Council approved Resolution No. R- 99- 03- 25 -10D5 at their
regularly scheduled meeting on March 25, 1999. This resolution approves the agreement
for the preparation of plans, specifications, and estimates for the construction of a traffic
signal at the intersection of Louis Henna Boulevard and County Road 170.
Enclosed is a copy of the resolution and original agreement for your files. If you have
any questions, please do not hesitate to contact Tom Word at 218 -5562.